Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
Republic of Ghana
Public Procurement Authority
STANDARD TENDER DOCUMENT
FOR
FRAMEWORK AGREEMENT (GOODS)
(Primary Procurement)
National Competitive Tender
20th March 2020
i
Standard Tender Document for
Framework Agreement (Goods)
Summary of contents
PART 1 PRIMARY PROCURMENT PROCEDURES
Introduction
Section I Invitation for Tenders (IFT)
The Invitation for Tenders provides information that enables potential
Tenderers to decide whether to participate in the Tender or not. The
information contained in the Invitation for Tenders must conform to the
Tender documents and in particular to the relevant information in the Tender
Data Sheet.
Section II Instructions to Tenderers (ITT)
This Section provides information to help Tenderers prepare their Tenders. It
contains details on the submission, opening, and evaluation of Tenders received
during the Primary Procurement process. It also provides an overview of the
Secondary Procurement process for the award of a Call-off Contract(s) once the
Framework Agreement(s) is concluded. This is more fully described in the
Framework Agreement. This Section is to be used without modification.
Tender Data Sheet (TDS)
The Tender Data Sheet includes provisions that are specific to each Primary
Procurement process and that supplement the Instructions to Tenderers.
Section III Evaluation and Qualification Criteria
This Section specifies the criteria for the evaluation of Tenders and the
qualification of Tenderers, including the methodology, which results in the
determination of which Tenderers will be invited to conclude a Framework
Agreement(s).
Section IV Tender Forms
This Section includes the forms for Tender submission, Letter of Tender, Price
Schedules, Tender Securing Declaration, Qualification Information, and the
Manufacturer’s Authorization to be completed and submitted by the Tenderer
as part of its Tender.
ii
Section V Schedule of Requirements
This Section includes the List of Goods and Related Services, an estimate of
the volume/quantity, Delivery and Completion Schedules.
Section VI Technical Specifications
This Section includes Technical Specifications and Drawings that describe the
Goods and Related Services to be procured.
Section VII Framework Agreement Forms
This Section includes the forms for the Notification to Conclude a Framework
Agreement and the Framework Agreement
Section VIII Framework Agreement General Provisions
This Section sets out the General Provisions of the Framework
Agreement.
Section IX Framework Agreement Specific Provisions
This Section sets out the Specific Provisions of the Framework
Agreement.
Section X List of Procurement Entities (if applicable)
PART 2 SECONDARY PROCURMENT PROCEDURES
Section XI Secondary Procurement Methods
Section XII Formation of Call-off Contract
Section XIII Communication and Award of Call-off Contract
Section XIV Complaints about award of Call-off Contract
Section XV Call-off Contract General Provisions
Section XVI Call-off Contract Specific Provisions
Section XVII Secondary Procurement Forms
Section XVIII List of Procurement Entities (if applicable)
iii
Introduction
This Standard Tender Document (STD) is to be used for establishing a Framework Agreement
for the procurement of Goods using National Competitive Tendering Procedures.
The subsequent procurement of Goods is undertaken through a Secondary Procurement
process and the award of a Call-off Contract.
To obtain further information on the use of this STD, contact:
Chief Executive Officer
Public Procurement Authority
Accra, Ghana
ppa.gov.gh
iv
Invitation for Tenders
Framework Agreement(s)
Goods
Table of Contents
Section I – Invitation for Tenders ....................................................................................................................... 1
Section II - Instructions to Tenderers (ITT) ......................................................................................................... 4
Tender Data Sheet (TDS) .................................................................................................................................. 27
Section III - Evaluation and Qualification Criteria ............................................................................................ 35
Section IV - Tender Forms ................................................................................................................................ 40
Section V - Schedule of Requirements and Related Services ............................................................................ 60
Section I – Invitation for Tenders Framework Agreement 1
Section I – Invitation for Tenders
Framework Agreement(s) for Goods (Primary Procurement)
Procurement of:
[insert identification of the Goods]
Procurement Entity/Lead
Entity/Procurement Agent:
[insert name of entity doing this Primary
Procurement]
Framework Agreement Title: [insert short title for the FWA]
Package No.: [as per the Procurement Plan]
IFT Issued on:
[insert date when IFT was issued]
1. The ___________________________ [insert name of Procurement Entity (ies)] intends to
apply part of its/their budgetary allocation to fund eligible payments under Call-off
Contracts that may be awarded under the [Framework Agreement (FWA)/Framework
Agreements (FWAs)] concluded through this IFT Primary Procurement process.
BRIEF DESCRIPTION OF GOODS:
___________________________________________________________________________
_____________________________________________________________________
2. The Procurement Entity/Lead Entity/Procurement Agent is undertaking the Primary
Procurement with a view to concluding [a Framework Agreement / Framework Agreements.]
The Procurement Entity/Lead Entity/Procurement Agent [select the appropriate option: is the
sole Entity under the Framework Agreement[s]. / is an Entity acting on behalf of [another/a
group of] Entity[ies] / is a Procurement Agent (but not itself a Procurement Entity) acting
on behalf of [a/a group of] Procurement Entity[ies]]. The Procurement Entity/Lead
Entity/Procurement Agent now invites sealed Tenders from eligible Tenderers for [insert
brief description of Goods required, including estimated quantities over the Term of the
Framework Agreement(s), indicative location(s), indicative delivery schedule(s) etc. if
known].
Section I – Invitation for Tenderers (IFT) 2
3. The [Framework Agreement] to be concluded will be [choose one of the following two
options: “Single-User.” OR” Multi-User.”] [For Single-User FWA add the following: “The
Single-User entitled to procure under the [Framework Agreement]is [insert legal name of the
Entity.]] [For Multi-User FWAs add the following: “A list of the users (participating
Procurement Entities) entitled to procure under the [Framework Agreement] is provided in
the Tender document.”]]
4. The [Framework Agreement) to be concluded will be [choose one the following two options:
“Single-Supplier.” OR “Multi-Supplier.”].
5. The selection of an FWA Supplier to be awarded a Call-off Contract will be done through a
Secondary Procurement process as defined in the Framework Agreement. However, the
conclusion of a Framework Agreement shall not impose any obligation on the Procurement
Entity to procure Goods under a Call-off Contract. The conclusion of a Framework
Agreement does not guarantee that an FWA Supplier will be awarded a Call-off Contract.
Tendering will be conducted through the National Competitive Tendering procedures
specified in the Public Procurement Act, 2003 (Act 663) as amended.
7. Tenderers may submit Tenders for one or more [choose one of the following: “items” OR
“lots”].
8. The [Framework Agreement(s)] shall be concluded for a Term of [insert the number of
years, note: the Term should not exceed 3 years] from the commencement date stated in
the Framework Agreement.
9. The Primary Procurement shall establish a Closed Framework Agreement(s). This means
no new firm (s) may conclude Framework Agreement during the Term of Framework
Agreement
10. Interested eligible Tenderers may obtain further information from [insert name of
Procurement Entity/Lead Entity/Procurement Agent, insert name and e-mail of officer in
charge] and inspect the Tender document during office hours [insert office hours if
applicable i.e. 0900 to 1700 hours] at the address given below [state address at the end of
this IFT]. The Eligibility requirements include:
• Valid GRA Tax Clearance Certificate
• Valid SSNIT Clearance Certificate
• Valid VAT Registration Certificate (if applicable)
• Valid Business Registration Certificate
• Valid Certificate of Incorporation
• Valid Certificate to Commence Business
• Valid Registration Certificate from PPA
Section I – Invitation for Tenderers (IFT) 3
11. The Tender document may be procured by interested Tenderers upon the submission of a
written application to the address below and upon payment of a nonrefundable fee1 of
[insert amount and currency]. The method of payment will be [insert method of payment].2
The document will be sent by [insert delivery procedure].
12. Tenders must be delivered to the address below [state address]3 on or before [insert time
and date]. Electronic Tendering [“will” OR “will not”] be permitted. Late Tenders will
be rejected. Tenders will be publicly opened in the presence of the Tenderers’ designated
representatives and anyone who chooses to attend, at the address below on [insert time and
date].
13. The address(es) referred to above is (are): [insert detailed address(es)]
[Insert name of Procurement Entity/Lead Entity/Procurement Agent]
[Insert name of officer and title]
[Insert postal address and/or street address, Ghana Post GPS code, city and country]
[Insert telephone number, country and city codes]
[Insert email address]
[Insert website address]
1 The fee chargeable should only be nominal to defray reproduction and mailing costs. 2 For example, cashier’s cheque, direct deposit to specified account number, etc. 3 Substitute the address for Tender submission if it is different from address for inquiry and issuance of Invitation
for Tenders document.
Section II – Instructions to Tenderers (ITT) 4
Section II - Instructions to Tenderers (ITT)
Contents
A. General .............................................................................................................................. 6
1 Scope of Tender ....................................................................................................................................... 6
2 Source of Funds ....................................................................................................................................... 8
3 Corrupt and Fraudulent Practices ..................................................................................................... 8
4 Eligible Tenderers .................................................................................................................................... 9
5 Eligible Goods and Related Services ........................................................................................................ 9
B. Contents of the IFT Document ....................................................................................... 10
6 Sections of Tender Document ................................................................................................................ 10
7 Clarification of Tender Document.......................................................................................................... 11
8 Amendment of Tender Document ......................................................................................................... 11
C. Preparation of Tenders .................................................................................................... 12
9 Cost of Tendering .................................................................................................................................. 12
10 Language of Tender ............................................................................................................................... 12
11 Documents Comprising the Tender ....................................................................................................... 12
12 Letter of Tender and Price Schedules .................................................................................................... 13
13 Alternative Tenders ............................................................................................................................... 13
14 Tender Prices and Discounts .................................................................................................................. 13
15 Currencies of Tender and Payment........................................................................................................ 15
16 Documents Establishing the Eligibility and Conformity of Goods .......................................................... 15
17 Documents Establishing the Eligibility and Qualifications of the Tenderer ........................................... 16
18 Period of Validity of Tenders ................................................................................................................. 16
19 Tender Securing Declaration ................................................................................................................. 16
20 Format and Signing of Tender ............................................................................................................... 17
D. Submission and Opening of Tenders .............................................................................. 17
21 Sealing and Marking of Tenders ............................................................................................................ 17
22 Deadline for Submission of Tenders ...................................................................................................... 18
23 Late Tenders .......................................................................................................................................... 18
24 Withdrawal, Substitution, and Modification of Tenders ....................................................................... 18
25 Tender Opening ...................................................................................................................................... 19
E. Evaluation and Comparison of Tenders .......................................................................... 20
26 Confidentiality ........................................................................................................................................ 20
27 Clarification of Tenders .......................................................................................................................... 20
28 Deviations, Reservationsand Omissions ................................................................................................. 21
29 Determination of Responsiveness .......................................................................................................... 21
30 Nonconformities, Errors and Omissions ................................................................................................. 22
31 Correction of Arithmetical Errors ........................................................................................................... 22
32 Margin of Preference ............................................................................................................................. 22
33 Evaluation of Tenders ............................................................................................................................. 22
34 Comparison of Tenders ........................................................................................................................... 24
35 Qualification of the Tenderer(s) ............................................................................................................. 24
36 Procurement Entity’s Right to Accept Any Tender, and to Reject Any or All Tenders............................. 24
F. Conclusion of a Framework Agreement ......................................................................... 25
37 Framework Agreement Criteria .............................................................................................................. 25
38 Notification to Conclude a Framework Agreement ................................................................................ 25
39 Obligation to Procure ............................................................................................................................. 25
40 Debriefing by the Procurement Entity .................................................................................................... 25
41 Signing the Framework Agreement ........................................................................................................ 25
42 Publication of the Conclusion of Framework Agreement Notice ............................................................ 25
43 Procurement Related Complaint ............................................................................................................ 26
Section II – Instructions to Tenderers (ITT) 6
Section II. Instructions to Tenderers
A. General
1 Scope of
Tender
1.1 In connection with the Invitation for Tenders (IFT) Framework
Agreement(s) Goods, specified in the Tender Data Sheet (TDS), the
Procurement Entity, as specified in the TDS, issues this Invitation for
Tenders (IFT) document as part of the Primary Procurement process
for Goods, and may lead to Framework Agreement(s) being concluded
with the successful Tenderer(s). The name and identification of this
IFT are specified in the TDS.
1.2 Throughout this Tender document:
(a) “in writing” means communicated in written form (e.g. by
mail, e-mail, including if specified in the TDS, distributed or
received through the electronic-procurement system used by
the Procurement Entity) with proof of receipt;
(b) if the context so requires, “singular” means “plural” and vice
versa;
(c) “Day” means calendar day, unless otherwise specified as
“Business Day”. A Business Day is any day that is an official
working day. It excludes t official public holidays;
(d) “Call-off Contract” means a contract awarded, under a
Framework Agreement, through a Secondary Procurement
process, for the supply of Goods, and any Related Services. The
parties to the contract are the Procurement Entity and Supplier;
(e) “Closed Framework Agreement”: A Closed Framework
Agreement is where no new firm(s) may conclude Framework
Agreement(s) during the Term of the Framework Agreement;
(f) “Country” means Ghana;
(g) “Delivery Period” is the specified period from the date of
formation of a Call-off contract for delivery of the Goods, as
per the applicable Incoterms.
(h) “Framework Agreement (FWA)” means the agreement
between the Procurement Entity and Supplier(s) (the successful
Tenderer(s)) to establish the terms and procedures governing
the award of Call-off contracts under the agreement;
Section II – Instructions to Tenderers (ITT) 7
(i) “FWA Supplier” means a Supplier;
(j) “Goods” means all goods, materials or items that the Supplier
is required to supply to a Procurement Entity under a Call-off
Contract placed under a Framework Agreement. Details of
such Goods are set out in Section V: Supply Requirements, and
the Framework Agreement and particularly described in a Call-
off Contract. Where appropriate, for the purpose of
interpretation, the definition for Goods includes Related
Services;
(k) “Lead Procurement Entity” when named in the Framework
Agreement, a Lead Procurement Entity is a party to the
Framework Agreement, in its capacity as: (a) the lead Entity
acting on behalf of all participating Procurement Entities in
managing and administering the Framework Agreement, and
(b) as a Procurement Entity in its own right;
(l) “Multi-User Framework Agreement” means a Framework
Agreement where there is more than one Procurement Entity
permitted to procure through a Call-off Contract;
(m) “Multi-Supplier Framework Agreement” means where
more than one Tenderer (Supplier) concludes a Framework
Agreement for the supply of each item/Lot;
(n) “Primary Procurement” means the procurement process that
results in concluding a Framework Agreement(s) with a
successful Tenderer(s), as described in this IFT;
(o) “Procurement Agent” when named in the Framework
Agreement, is a party to the Framework Agreement, but only
in its capacity to conclude the Framework Agreement(s) with
successful Suppliers, and, as the Entity responsible for
managing and administering the Framework Agreement, on
behalf of the Procurement Entity or Procurement Entities, once
it has been concluded. A Procurement Agent is not a
Procurement Entity under the Framework Agreement;
(p) “Procurement Entity” means the Entity that conducts public
procurement under the Public Procurement Act;
(q) “Related Services” if applicable, means the services
incidental to the supply of the Goods, such as insurance,
installation, training, initial maintenance and other such
obligations of the Supplier, as specified in Framework
Agreement Section V: Schedule of Requirements, and
specifically described in a Call-off Contract;
Section II – Instructions to Tenderers (ITT) 8
(r) “Secondary Procurement” means the process described in
the Framework Agreement and followed by a Procurement
Entity to select an FWA Supplier, and award a Call-off
Contract for the supply of Goods;
(s) “Single-User Framework Agreement” means a Framework
Agreement where only one User (Entity) concludes the FWA;
(t) “Single-Supplier Framework Agreement” means a
Framework Agreement where only one Tenderer (Supplier)
concludes a Framework Agreement for the supply of each
item/Lot;
(u) “Supplier” means a Tenderer that has concluded a Framework
Agreement through the Primary Procurement process and may
be considered for the award of a Call-off Contract, to deliver
the Goods, and, if applicable, Related Services, as and when
required. A Supplier may also be referred to as a “FWA
Supplier”;
(v) “Term” means the duration of a Framework Agreement
starting on the Commencement Date.
2 Source of
Funds
2.1 The Entity intends to apply a portion of its Budgetary Allocations to
eligible payments under Call-off Contracts to be awarded under the
Framework Agreement(s) for which this Tender document is issued.
3 Corrupt and
Fraudulent
Practices
3.1
The Government of the Republic of Ghana requires that Tenderers
under the contracts financed from public funds, observe the highest
standard of ethics during the procurement and execution of such
contracts. In pursuance of this policy, the following terms shall be
interpreted as indicated:
a. “corrupt practice” means the offering, giving, receiving or
soliciting of anything of value to influence the action of a public
official in the procurement process or in contract execution; and
b. “fraudulent practice” means a misrepresentation of facts in order
to influence a procurement process or the execution of a contract,
and includes collusive practice among Tenderers (prior to or after
Tender submission) designed to establish Tender prices at artificial
non-competitive levels and to deprive the benefits of free and open
competition;
3.2 The Procurement Entity will reject a proposal for award if it determines
that the Tenderer recommended for award has engaged in corrupt or
fraudulent practices in competing for the contract in question;
Section II – Instructions to Tenderers (ITT) 9
3.3 Furthermore, Tenderers shall be aware of the provision stated in
Section VIII (Framework Agreement General Provisions).
4 Eligible
Tenderers
4.1 This Invitation for Tenders is open to all eligible suppliers who meet
the following requirements unless otherwise indicated in the TDS .
Valid GRA Tax Clearance Certificate
Valid SSNIT Clearance Certificate
Valid VAT Registration Certificate (if applicable)
Valid Business Registration Certificate
Valid Certificate of Incorporation
Valid Certificate to Commence Business
Valid Registration Certificate from the Public Procurement
Authority
4.2 State Owned Enterprises may participate only if they are legally and
financially autonomous, operate under commercial law, and are not a
dependent agency of the Procurement Entity.
4.3 In the case of a Joint Venture (JV):
a) All parties to the JV shall be jointly and severally liable; and
b) A JV shall nominate a Representative who shall have the
authority to conduct all businesses for and on behalf of any and
all parties of the JV during the Tendering process and, in the
event the JV is awarded the Contract, during execution.
4.4 Tenderers should not be associated or not have been associated in the
past, directly or indirectly, with a firm or any of its affiliates which
have been engaged by any of the Procurement Entities to provide
consulting services for the preparation of the design, specifications,
and other documents to be used for the procurement of goods to be
procured under this Invitation for Tenders.
4.5 Tenderers shall not be under a declaration of ineligibility for corrupt
and fraudulent practices issued by the Public Procurement Authority.
5 Eligible
Goods and
Related
Services
5.1 All goods and related services to be supplied under the Call-off
Contract awarded under a Framework Agreement shall have their
origin in eligible source countries, and all expenditures made under
the contract will be limited to such goods and services. For purposes
of this ITT, the term “Goods” includes commodities, raw materials,
machinery, equipment, and industrial plants; and “Related Services”
includes services such as insurance, installation, training, and initial
maintenance.
Section II – Instructions to Tenderers (ITT) 10
5.2 For purposes of this clause, “Origin” means the place where the goods
are mined, grown, or produced, or the place from which the related
services are supplied. Goods are produced when, through
manufacturing, processing, or substantial and major assembly of
components, a commercially-recognized product results that is
substantially different in basic characteristics or in purpose or utility
from its components. The term “origin” means the country where the
Goods have been mined, grown, cultivated, produced, manufactured
or processed; or, through manufacture, processing, or assembly,
another commercially recognized article results that differs
substantially in its basic characteristics from its components.
5.3 The origin of goods and services is distinct from the nationality of the
Tenderer.
B. Contents of the IFT Document
6 Sections of
Tender
Document
6.1 The Tender document consists of Parts 1 and 2, which includes all
sections, schedules, annexes and should be read in conjunction with
any addenda issued in accordance with ITT 8.
PART 1 – PRIMARY PROCUREMENT
Section I - Invitation for Tenders (IFT)
Section II - Instructions to Tenderers (ITT)
Section III - Evaluation and Qualification Criteria
Section IV - Tender Forms
Section V - Schedule of Requirements
Section VI - Technical Specifications
Section VII – Framework Agreement Forms
Section VIII - Framework Agreement General Provisions
Section IX - Framework Agreement Specific Provisions
Section X – List of Procurement Entities (if Applicable)
Section II – Instructions to Tenderers (ITT) 11
PART 2 – SECONDARY PROCUREMENT
Section XI – Secondary Procurement Methods
Section XII – Formation of Call off Contracts
Section XIII – Communicating Award of call off contracts
Section XIV – Complaint about award of call off contract
Section XV – Call off contract General Provisions
Section XVI – Call off contract Specific Provision
Section XVII – Secondary Procurement Forms
Section XVIII – List of Procurement Entities (if Applicable)
6.2 Unless obtained directly from the Procurement Entity, the
Procurement Entity is not responsible for the completeness of the
document, responses to requests for clarification, the Minutes of the
pre-Tender meeting (if any), or addenda to the Tender document in
accordance with ITT 8. In case of any contradiction, documents
obtained directly from the Procurement Entity shall prevail.
6.3 The Tenderer is expected to examine all instructions, forms, terms,
and specifications in the Tender document and to furnish with its
Tender all information or documentation as is required by the Tender
document.
7 Clarification
of Tender
Document
7.1 A Tenderer requiring any clarification of the Tender document shall
contact the Procurement Entity in writing at the Procurement Entity’s
address specified in the TDS. The Procurement Entity will respond
in writing to any request for clarification, provided that such request
is received prior to the deadline specified in the TDS. The
Procurement Entity shall forward copies of its response to all
Tenderers who have acquired the Tender document in accordance
with ITT 6.2, including a description of the inquiry but without
identifying its source. If so specified in the TDS, the Procurement
Entity shall also promptly publish its response at the web page
identified in the TDS. Should the clarification result in changes to
the essential elements of the Tender document, the Procurement
Entity shall amend the Tender document following the procedure
under ITT 8 and ITT 22.2.
8 Amendment
of Tender
Document
8.1 At any time prior to the deadline for submission of Tenders, the
Procurement Entity may amend the Tender document by issuing
addenda.
Section II – Instructions to Tenderers (ITT) 12
8.2 Any Addendum issued shall be part of the Tender document and shall
be communicated in writing to all who have obtained the Tender
document from the Procurement Entity in accordance with ITT 6.2.
The Procurement Entity shall also promptly publish the addendum
on the PPA and Procurement Entity’s web page in accordance with
ITT 7.1.
8.3 To give prospective Tenderers reasonable time in which to take an
addendum into account in preparing their Tenders, the Procurement
Entity may, at its discretion, extend the deadline for the submission
of Tenders, pursuant to ITT 22.2.
C. Preparation of Tenders
9 Cost of
Tendering
9.1 The Tenderer shall bear all costs associated with the preparation and
submission of its Tender, in relation to this Primary Procurement
process, (and if successful any Secondary Procurement process) and
the Procurement Entity shall not be responsible or liable for those
costs, regardless of the conduct or outcome of the Tendering process.
10 Language of
Tender
10.1 The Tender, as well as all correspondence and documents relating to
the Tender exchanged by the Tenderer and the Procurement Entity,
shall be written in English.
11 Documents
Comprising
the Tender
11.1 The Tender shall comprise the following:
(a) Letter of Tender prepared in accordance with ITT 12;
(b) Price Schedules: completed in accordance with ITT 12 and
ITT 14;
(c) Authorization: written confirmation authorizing the signatory
of the Tender to commit the Tenderer, in accordance with ITT
20.3;
(d) Qualifications: documentary evidence in accordance with ITT
17 establishing the Tenderer’s qualifications to conclude a
Framework Agreement and perform any Call-off Contract, if
awarded;
(e) Tenderer's Eligibility: documentary evidence in accordance
with ITT 17 establishing the Tenderer’s eligibility to Tender;
(f) Eligibility of Goods and Related Services: documentary
evidence in accordance with ITT 16, establishing the eligibility
of the Goods and Related Services to be supplied by the
Tenderer;
Section II – Instructions to Tenderers (ITT) 13
(g) Conformity: documentary evidence in accordance with ITT
16, that the Goods and Related Services conform to the Tender
document; and
(h) any other document required in the TDS.
11.2 In addition to the requirements under ITT 11.1, Tenders submitted
by a JV shall include a copy of the Joint Venture agreement entered
into by all members. Alternatively, a letter of intent to execute a Joint
Venture Agreement in the event of a successful Tender shall be
signed by all members and submitted with the Tender, together with
a copy of the proposed agreement.
11.3 The Tenderer shall furnish in the Letter of Tender information on
commissions and gratuities, if any, paid or to be paid to agents or any
other party relating to this Tender.
12 Letter of
Tender and
Price
Schedules
12.1 The Letter of Tender and Price Schedules shall be prepared using the
relevant forms furnished in Section IV, Tender Forms. The forms
must be completed without any alterations to the text, and no
substitutes shall be accepted except as provided under ITT 20.3. All
blank spaces shall be filled in with the information requested.
13 Alternative
Tenders
13.1 Alternative Tenders shall not be permitted in this Primary
Procurement process unless otherwise stated in the TDS.
14 Tender
Prices and
Discounts
14.1 The prices and unconditional discounts quoted by the Tenderer in the
Letter of Tender and in the Price Schedules shall conform to the
requirements specified below.
14.2 Tenderers shall provide their prices in the Price Schedules, as
specified in the TDS.
14.3 The price to be quoted in the Letter of Tender in accordance with
ITT 12.1 shall be, as specified in the TDS.
14.4 The Tenderer shall indicate the methodology for the application of
any unconditional discounts in the Letter of Tender, in accordance
with ITT 12.1.
14.5 For the purpose of Secondary Procurement, the price(s) offered by the
Tenderer shall be treated as set out in the Framework Agreement
Specific Provisions.
14.6 The terms EXW, CIP, DDP and other similar terms shall be governed
by the rules prescribed in the current edition of Incoterms, published
by the International Chamber of Commerce, as specified in the TDS.
14.7 Prices shall be quoted as specified in each Price Schedule included
in Section IV, Tender Forms. The disaggregation of price
Section II – Instructions to Tenderers (ITT) 14
components is required solely for the purpose of facilitating the
comparison of Tenders by the Procurement Entity. This shall not in
any way limit the Procurement Entity’s right to award a Call-off
contract on any of the terms offered. Prices shall be entered in the
following manner:
(a) For Goods manufactured in Ghana:
(i) the price of the Goods quoted EXW (ex-works, ex-
factory, ex warehouse, ex showroom, or off-the-shelf, as
applicable), including all customs duties and sales and
other taxes already paid or payable on the components and
raw material used in the manufacture or assembly of the
Goods;
(ii) any sales tax and other taxes which will be payable on the
Goods (if a Call-off Contract is awarded to the Tenderer
as an FWA Supplier); and
(iii) the price for inland transportation, insurance, and other local
services required to convey the Goods to their final
destination (Project Site) (if a Call-off Contract is awarded
to the Tenderer as an FWA Supplier) specified in the TDS.
(b) For Goods manufactured outside Ghana to be imported:
(i) the price of the Goods quoted DDP named place of
destination, in Ghana, as specified in the TDS;
(ii) the price for inland transportation, insurance, custom
duties and other local services required to convey the
Goods from the named place of destination to their final
destination (Project Site) (if a Call-off Contract is
awarded to the Tenderer as an FWA Supplier), specified
in the TDS;
(c) For Goods manufactured outside Ghana already imported:
(i) the price of the Goods, including the original import value
of the Goods, plus any mark-up (or rebate); plus, any other
related local cost, and custom duties and other import
taxes already paid or to be paid on the Goods already
imported;
(ii) the custom duties and other import taxes already paid
(need to be supported with documentary evidence) or to
be paid on the Goods already imported;
(iii) the price of the Goods obtained as the difference between
(i) and (ii) above;
Section II – Instructions to Tenderers (ITT) 15
(iv) any sales and other taxes which will be payable on the
Goods (if a Call-off Contract is awarded to the Tenderer
as an FWA Supplier); and
(v) the price for inland transportation, insurance, and other
local services required to convey the Goods from the
named place of destination to their final destination
(Project Site) (if a Call-off Contract is awarded to the
Tenderer as an FWA Supplier), specified in the TDS.
(d) for Related Services, other than inland transportation and other
services required to convey the Goods to their final destination,
whenever such Related Services are specified in the Schedule
of Requirements, the price of each item comprising the Related
Services (inclusive of any applicable taxes).
15 Currencies
of Tender
and
Payment
Prices shall be quoted in Ghanaian Cedis (GH₵) and payments made
in Ghana Cedis (GH₵).
16 Documents
Establishing
the
Eligibility
and
Conformity
of Goods
16.1 To establish the eligibility of the Goods and Related Services in
accordance with ITT 5, Tenderers shall complete the country of
origin declarations in the Price Schedule Forms, included in Section
IV, Tender Forms.
16.2 To establish the conformity of the Goods and Related Services to the
Tender document, the Tenderer shall furnish as part of its Tender the
documentary evidence that the Goods conform to the technical
specifications and standards specified in Section VI, Technical
Specifications.
16.3 The documentary evidence may be in the form of literature, drawings
or data, and shall consist of a detailed item by item description of the
essential technical and performance characteristics of the Goods and
Related Services, demonstrating substantial responsiveness of the
Goods and Related Services to the technical specification, and if
applicable, a statement of deviations and exceptions to the provisions
of the Section VI, Technical Specifications.
16.4 The Tenderer shall also furnish a list giving full particulars, including
available sources and current prices of spare parts, special tools, etc.,
necessary for the proper and continuing functioning of the Goods
during the period specified in the TDS following acceptance of the
Goods by the Procurement Entity (if a Call-off Contract is awarded to
the Tenderer as an FWA Supplier).
16.5 Standards for workmanship, process, material, and equipment, as
well as references to brand names or catalogue numbers specified by
Section II – Instructions to Tenderers (ITT) 16
the Procurement Entity in the Schedule of Requirements, are
intended to be descriptive only and not restrictive. The Tenderer may
offer other standards of quality, brand names, and/or catalogue
numbers, provided that it demonstrates, to the Procurement Entity’s
satisfaction, that the substitutions ensure substantial equivalence or
are superior to those specified in the Section VI, Technical
Specifications.
17 Documents
Establishing
the
Eligibility
and
Qualification
s of the
Tenderer
17.1 To establish Tenderer’s eligibility in accordance with ITT 4,
Tenderers shall complete the Letter of Tender, included in Section IV,
Tender Forms.
17.2 The documentary evidence of the Tenderer’s qualifications to
conclude a Framework Agreement, and/or to perform any Call-off
Contract(s) if awarded, shall establish to the Procurement Entity’s
satisfaction:
(a) that, if required in the TDS, a Tenderer that does not manufacture
or produce the Goods it offers to supply shall submit the
Manufacturer’s Authorization using the form included in Section
IV, Tender Forms to demonstrate that it has been duly authorized
by the manufacturer or producer of the Goods to supply these
Goods in Ghana;
(b) that the Tenderer meets each of the qualification criterion
specified in Section III, Evaluation and Qualification Criteria.
18 Period of
Validity of
Tenders
18.1 Tenders shall remain valid for the Tender Validity period specified
in the TDS. The Tender Validity period starts from the date fixed for
the Tender submission deadline (as prescribed by the Procurement
Entity in accordance with ITT 22.1). A Tender valid for a shorter
period shall be rejected by the Procurement Entity as nonresponsive.
18.2 In exceptional circumstances, prior to the expiration of the Tender
validity period, the Procurement Entity may request Tenderers to
extend the period of validity of their Tenders. The request and the
responses shall be made in writing. A Tenderer may refuse the
request to extend the validity of their Tenders. A Tenderer granting
the request shall not be required or permitted to modify its Tender.
19 Tender
Securing
Declaration
19.1 Tender -Securing Declaration is required in relation to the Primary
Procurement process.
19.2 The Tender Securing Declaration shall cover the Minimum Quantity
or Value specified in the FWA Tender Data Sheet.
Section II – Instructions to Tenderers (ITT) 17
20 Format and
Signing of
Tender
20.1 The Tenderer shall prepare one original of the documents comprising
the Tender as described in ITT 11 and clearly mark it “ORIGINAL.”
In addition, the Tenderer shall submit copies of the Tender, in the
number specified in the TDS and clearly mark them “COPY.” In the
event of any discrepancy between the original and the copies, the
original shall prevail.
20.2 Tenderers shall mark as “CONFIDENTIAL” information in their
Tenders which is confidential to their business. This may include
proprietary information, trade secrets, or commercial or financially
sensitive information.
20.3 The original and all copies of the Tender shall be typed or written in
indelible ink and shall be signed by a person duly authorized to sign
on behalf of the Tenderer. This authorization shall consist of a written
confirmation as specified in the TDS and shall be attached to the
Tender. The name and position held by each person signing the
authorization must be typed or printed below the signature. All pages
of the Tender where entries or amendments have been made shall be
signed or initialed by the person signing the Tender.
20.4 In case the Tenderer is a JV, the Tender shall be signed by an
authorized representative of the JV on behalf of the JV, and so as to
be legally binding on all the members as evidenced by a power of
attorney signed by their legally authorized representative(s).
20.5 Any inter-lineation, erasures, or overwriting shall be valid only if
they are signed or initialed by the person signing the Tender.
D. Submission and Opening of Tenders
21 Sealing and
Marking of
Tenders
21.1 The Tenderer shall deliver the Tender in a single, sealed envelope
(one-envelope Tendering process). Within the single envelope, the
Tenderer shall place the following separate, sealed envelope
(a) in an envelope marked “ORIGINAL”, all documents comprising the
Tender, as described in ITT 11; and
(b) in an envelope marked “COPIES”, all required copies of the
Tender; and,
21.2 The inner and outer envelopes, shall:
(a) bear the name and address of the Tenderer;
(b) be addressed to the Procurement Entity ITT 22.1;
(c) bear the specific identification of this Tendering process
indicated in ITT 1.1; and
Section II – Instructions to Tenderers (ITT) 18
(d) bear a warning not to open before the time and date for Tender
opening.
21.3 If all envelopes are not sealed and marked as required, the
Procurement Entity will assume no responsibility for the
misplacement or premature opening of the Tender.
22 Deadline for
Submission
of Tenders
22.1 Tenders must be received by the Procurement Entity at the address
and no later than the date and time specified in the TDS. When so
specified in the TDS, Tenderers shall have the option of submitting
their Tenders electronically. Tenderers submitting Tenders
electronically shall follow the electronic Tender submission
procedures specified in the TDS.
22.2 The Procurement Entity may, at its discretion, extend the deadline
for the submission of Tenders by amending the Tender document in
accordance with ITT 8, in which case all rights and obligations of
the Procurement Entity and Tenderers previously subject to the
deadline shall thereafter be subject to the deadline as extended.
23 Late
Tenders
23.1 The Procurement Entity shall not consider any Tender that arrives
after the deadline for submission of Tenders, in accordance with ITT
22. Any Tender received by the Procurement Entity after the
deadline for submission of Tenders shall be declared late, rejected,
and returned unopened to the Tenderer in accordance with
procedures stipulated by the PPA.
24 Withdrawal,
Substitution,
and
Modification
of Tenders
24.1 A Tenderer may withdraw, substitute, or modify its Tender after it
has been submitted by sending a written notice, duly signed by an
authorized representative, and shall include a copy of the
authorization (the power of attorney) in accordance with ITT 20.3,
(except that withdrawal notices do not require copies). The
corresponding substitution or modification of the Tender must
accompany the respective written notice. All notices must be:
(a) prepared and submitted in accordance with ITT 20 and ITT 21
(except that withdrawal notices do not require copies), and in
addition, the respective envelopes shall be clearly marked
“WITHDRAWAL,” “SUBSTITUTION,” or “MODIFICATION;” and
(b) received by the Procurement Entity prior to the deadline
prescribed for submission of Tenders, in accordance with ITT
22.
24.2 Tenders requested to be withdrawn in accordance with ITT 24.1
shall be returned unopened to the Tenderers.
24.3 No Tender may be withdrawn, substituted, or modified in the interval
between the deadline for submission of Tenders and the expiration
Section II – Instructions to Tenderers (ITT) 19
of the period of Tender validity specified by the Tenderer on the
Letter of Tender or any extension thereof.
25 Tender
Opening
25.1 Except as in the cases specified in ITT 23 and ITT 24.2, the
Procurement Entity shall, at the Tender opening, publicly open and
read out all Tenders received by the deadline at the date, time and
place specified in the TDS in the presence of Tenderers’ designated
representatives and anyone who chooses to attend. Any specific
electronic Tender opening procedures required if electronic
Tendering is permitted in accordance with ITT 22.1, shall be as
specified in the TDS.
25.2 First, envelopes marked “WITHDRAWAL” shall be opened and read
out and the envelope with the corresponding Tender shall not be
opened but returned to the Tenderer. If the withdrawal envelope does
not contain a “power of attorney” confirming the signature as a
person duly authorized to sign on behalf of the Tenderer, the
corresponding Tender will be opened. No Tender withdrawal shall
be permitted unless the corresponding withdrawal notice contains a
valid authorization to request the withdrawal and is read out at
Tender opening.
25.3 Next, envelopes marked “SUBSTITUTION” shall be opened and read
out and exchanged with the corresponding Tender being substituted,
and the substituted Tender shall not be opened, but returned to the
Tenderer. No Tender substitution shall be permitted unless the
corresponding substitution notice contains a valid authorization to
request the substitution and is read out at Tender opening.
25.4 Next, envelopes marked “MODIFICATION” shall be opened and read
out with the corresponding Tender. No Tender modification shall be
permitted unless the corresponding modification notice contains a
valid authorization to request the modification and is read out at
Tender opening.
25.5 Next, all remaining envelopes shall be opened one at a time, reading
out: the name of the Tenderer and whether there is a modification;
the Tender Prices, including any unconditional discounts, and any
other details as the Procurement Entity may consider appropriate.
25.6 Only Tenders and unconditional discounts that are opened and read
out at Tender opening shall be considered further in the evaluation.
The Letter of Tender and the Price Schedules are to be initialed by
representatives of the Procurement Entity attending Tender opening
in the manner specified in the TDS.
Section II – Instructions to Tenderers (ITT) 20
25.7 The Procurement Entity shall neither discuss the merits of any
Tender nor reject any Tender (except for late Tenders, in accordance
with ITT 23.1).
25.8 The Procurement Entity shall prepare a record of the Tender opening
that shall include, as a minimum;
(a) the name of the Tenderer and whether there is a withdrawal,
substitution, or modification;
(b) the Tender Price, per lot (item) if applicable, including any
unconditional discounts;
25.9 The Tenderers’ representatives who are present shall be requested to
sign the record. The omission of a Tenderer’s signature on the record
shall not invalidate the contents and effect of the record. A copy of
the record shall be distributed to all Tenderers.
E. Evaluation and Comparison of Tenders
26 Confidentiality 26.1 Information relating to the evaluation of Tenders and
recommendation to conclude a Framework Agreement(s), shall not
be disclosed to Tenderers or any other persons not officially
concerned with the Tendering process until the Notification to
Conclude the Framework Agreement is transmitted to the successful
tenderer in accordance with ITT38.1.
26.2 Any effort by a Tenderer to influence the Procurement Entity in the
evaluation or decision to conclude a Framework Agreement(s) may
result in the rejection of its Tender.
26.3 Notwithstanding ITT 26.2, from the time of Tender opening to the
time of the Framework Agreement being concluded, if any Tenderer
wishes to contact the Procurement Entity on any matter related to the
Tendering process, it should do so in writing.
27 Clarification
of Tenders
27.1 To assist in the examination, evaluation, comparison of Tenders, and
qualification of Tenderers, the Procurement Entity may, at its
discretion, ask any Tenderer for a clarification of its Tender. Any
clarification submitted by a Tenderer in respect to its Tender and that
is not in response to a request by the Procurement Entity shall not be
considered. The Procurement Entity’s request for clarification and
the response shall be in writing. No change, including any voluntary
increase or decrease, in the prices or substance of the Tender shall be
sought, offered, or permitted, except to confirm the correction of
arithmetic errors discovered by the Procurement Entity in the
Evaluation of the Tenders, in accordance with ITT 31.
Section II – Instructions to Tenderers (ITT) 21
27.2 If a Tenderer does not provide clarifications of its Tender by the date
and time set in the Procurement Entity’s request for clarification, its
Tender may be rejected.
28 Deviations,
Reservations
and
Omissions
28.1 During the evaluation of Tenders, the following definitions apply:
(a) “Deviation” is a departure from the requirements specified in the
Tender document;
(b) “Reservation” is the setting of limiting conditions or withholding
from complete acceptance of the requirements specified in the
Tender document; and
(c) “Omission” is the failure to submit part or all of the information
or documentation required in the Tender document.
29 Determination
of
Responsiveness
29.1 The Procurement Entity’s determination of a Tender’s
responsiveness is to be based on the contents of the Tender itself, as
defined in ITT 11.
29.2 A substantially responsive Tender is one that meets the requirements
of the Tender document without material deviation, reservation, or
omission. Mandatory responsiveness requirements include meeting
eligibility criteria specified in ITT4.1, signature of the Tender by
authorized signatory, provision of the required securities and
manufacturers authorization (where applicable). Additional
responsiveness requirements are indicated in the TDS. A material
deviation, reservation, or omission is one that:
(a) if accepted, would:
(i) affect in any substantial way the scope, quality, or
performance of the Goods and Related Services specified
in the Framework Agreement; or
(ii) limit in any substantial way, inconsistent with the Tender
document, the Procurement Entity’s rights or the
Tenderer’s obligations under the Framework Agreement;
or
(b) if rectified, would unfairly affect the competitive position of
other Tenderers presenting substantially responsive Tenders.
29.3 The Procurement Entity shall examine the technical aspects of the
Tender submitted in accordance with ITT 16 and ITT 17, in
particular, to confirm that all requirements of Section VI, Technical
Specifications have been met without any material deviation or
reservation, or omission.
29.4 If a Tender is not substantially responsive to the requirements of
Tender document, it shall be rejected by the Procurement Entity and
Section II – Instructions to Tenderers (ITT) 22
may not subsequently be made responsive by correction of the
material deviation, reservation, or omission.
30 Nonconform
ities, Errors
and
Omissions
30.1 Provided that a Tender is substantially responsive, the Procurement
Entity may waive any nonconformities in the Tender.
30.2 Provided that a Tender is substantially responsive, the Procurement
Entity shall rectify quantifiable nonmaterial nonconformities related
to the Tender Price. To this effect, the Tender Price shall be adjusted,
for comparison purposes only, to reflect the price of a missing or non-
conforming item or component in the manner specified in the TDS.
31 Correction
of
Arithmetical
Errors
31.1 Provided that the Tender is substantially responsive, the Procurement
Entity shall correct arithmetical errors on the following basis:
(a) if there is a discrepancy between the unit price and the line item
total that is obtained by multiplying the unit price by the
quantity, the unit price shall prevail and the line item total shall
be corrected, unless in the opinion of the Procurement Entity
there is an obvious misplacement of the decimal point in the
unit price, in which case the line item total as quoted shall
govern and the unit price shall be corrected;
(b) if there is an error in a total corresponding to the addition or
subtraction of subtotals, the subtotals shall prevail, and the total
shall be corrected; and
(c) if there is a discrepancy between words and figures, the amount
in words shall prevail, unless the amount expressed in words is
related to an arithmetic error, in which case the amount in
figures shall prevail subject to (a) and (b) above.
31.2 Tenderers shall be requested to accept correction of arithmetical
errors. Failure to accept the correction in accordance with ITT 31.1,
shall result in the rejection of the Tender.
32 Margin of
Preference
32.1 A margin of Preference where applicable shall be provided in
accordance with Guidelines provided by PPA as specified in the TDS.
33 Evaluation
of Tenders
33.1 The Procurement Entity shall use the criteria and methodologies
listed in this ITT and Section III, Evaluation and Qualification
Criteria in deciding to conclude a Framework Agreement(s). No
other evaluation criteria or methodologies shall be permitted.
33.2 The Procurement Entity will evaluate and compare only the Tenders
determined to be substantially responsive in accordance with ITT 29
33.3 To evaluate a Tender the Procuring Agency shall consider the
following:
Section II – Instructions to Tenderers (ITT) 23
(a) evaluation will be done for Items or Lots, as specified in the
TDS; and the Tender Price as quoted in accordance with ITT
14;
(b) price adjustment for correction of arithmetic errors in
accordance with ITT 31.1;
(c) price adjustment due to unconditional discounts offered in
accordance with ITT 14.4;
(d) price adjustment due to quantifiable nonmaterial
nonconformities in accordance with ITT 30.3; and;
(e) the additional evaluation factors are specified in Section III,
Evaluation and Qualification Criteria.
33.4 The Purchaser reserves the right to accept or reject any variation,
deviation, or alternative offer. Variations, deviations, and alternative
offers and other factors which are in excess of the requirements of the
Tender documents or otherwise result in unsolicited benefits for the
Purchaser will not be taken into account in Tender evaluation
33.5 If applicable, the estimated effect of the price adjustment provisions in
the Framework Agreement(s) (which determines the Contract Price for
a Call-off Contract), applied over the Term of the Framework
Agreement, shall not be taken into account in the Primary Procurement
Tender evaluation.
33.6 The Procurement Entity’s evaluation of a Tender will exclude and
not take into account:
(a) in the case of Goods manufactured in Ghana, sales and other
similar taxes, which will be payable on the Goods if a Call-off
Contract is awarded to the Tenderer;
(b) in the case of Goods manufactured outside Ghana, already
imported or to be imported, customs duties and other import
taxes levied on the imported Goods sales and other similar
taxes, which will be payable on the Goods if the Call-off
Contract is awarded to the Tenderer;
(c) if applicable, any allowance for price adjustment during the
period of execution of the Call-off Contract, if provided in
Section IX: Framework Agreement Specific Provisions.
33.7 The Procuring Agency’s evaluation of a Tender may require the
consideration of other factors, in addition to the Tender Price quoted
in accordance with ITT 14. These factors may be related to the
characteristics, performance, and terms and conditions of purchase
Section II – Instructions to Tenderers (ITT) 24
of the Goods and Related Services or geographic location. The effect
of the factors selected, if any, shall be expressed in monetary terms
to facilitate comparison of Bids, unless otherwise specified in the
TDS from amongst those set out in Section III, Evaluation and
Qualification Criteria.
34 Comparison
of Tenders
34.1 The Procurement Entity shall compare the evaluated costs of all
substantially responsive Tenders established in accordance with ITT
33 to determine the ranking of Tenders based on the lowest evaluated
cost. The comparison shall be on the basis of DDP (place of final
destination) prices for imported Goods and EXW prices, custom
duties plus cost of inland transportation and insurance to place of
destination, for Goods manufactured within Ghana, together with
prices for any required installation, training, commissioning and
other Related Services.
35 Qualification
of the
Tenderer(s)
35.1 Before concluding a Framework Agreement(s), the Procurement
Entity shall determine, to its satisfaction, whether the eligible
Tenderer(s) with substantially responsive Tender(s) that are able to
meet the Framework Agreement criteria, meet(s) the qualifying
criteria specified in Section III, Evaluation and Qualification
Criteria.
35.2 The determination shall be based upon an examination of the
documentary evidence of the Tenderer’s qualifications submitted by
the Tenderer, pursuant to ITT 17. The determination shall not take
into consideration the qualifications of other firms such as the
Tenderer’s subsidiaries, parent entities, affiliates, subcontractors
(other than specialized subcontractors if permitted in the Tender
document), or any other firm(s) different from the Tenderer.
35.3 An affirmative determination shall be a prerequisite for the
conclusion of the Framework Agreement (s) to the Tenderer. A
negative determination shall result in disqualification of the Tender.
36 Procurement
Entity’s
Right to
Accept Any
Tender, and
to Reject
Any or All
Tenders
36.1 The Procurement Entity reserves the right to accept or reject any
Tender, and to annul the Tendering process and reject all Tenders at
any time prior to the conclusion of a Framework Agreement(s),
without thereby incurring any liability to Tenderers. In case of
annulment, all Tenders submitted shall be promptly returned to the
Tenderers.
Section II – Instructions to Tenderers (ITT) 25
F. Conclusion of a Framework Agreement
37 Framework
Agreement
Criteria
37.1 This is a Closed Framework Agreement, i.e., no new firm(s) may
conclude Framework Agreement(s) during the Term of the
Framework Agreement
37.2 The Procurement Entity shall specify in Section III Evaluation and
Qualification Criteria, the criteria that will apply in the selection of
Tenderer(s), with whom a Framework Agreement(s) may be
concluded.
38 Notification
to Conclude
a
Framework
Agreement
38.1 Prior to the expiration of the Tender Validity Period, the Procurement
Entity shall transmit to the successful Tenderer(s) a Notification to
Conclude a Framework Agreement, attaching the Framework
Agreement for signature by the Tenderer.
39 Obligation
to Procure
39.1 The conclusion of a Framework Agreement shall not impose any
obligation on the Entity to procure any Goods under the Framework
Agreement.
40 Debriefing
by the
Procurement
Entity
40.1 Debriefings of unsuccessful Tenderers may be done in writing or
verbally (over the phone or video conference) or in person. The
Tenderers shall bear their own costs of attending such a debriefing
meeting as provided for under Section VIII.
41 Signing the
Framework
Agreement
41.1 Unless an earlier deadline is stipulated in the TDS, the Tenderer shall
sign, date and return the Framework Agreement within twenty-eight
(28) days of receipt of the same.
41.2 In case of Multi-User Framework Agreement, the Procurement Agent/
Lead Entity shall sign each Framework Agreement on behalf of all
participating Entities.
42 Publication
of the
Conclusion
of
Framework
Agreement
Notice
42.1 The Procurement Entity shall promptly issue notice of contract award
on the website of the Public Procurement Authority or as provided in
Regulations.
Section II – Instructions to Tenderers (ITT) 26
43 Procurement
Related
Complaint
43.1 The procedures for making a Procurement-related Complaint are as
specified in the Public Procurement Act, 2003 (Act 663) as
amended.
Section II – Tender Data Sheet (TDS) 27
Tender Data Sheet (TDS) The following specific data for the Goods to be procured shall complement, supplement, or
amend the provisions in the Instructions to Tenderers (ITT). Whenever there is a conflict, the
provisions in the TDS shall prevail over those in ITT.
[Where an e-procurement system is used, modify the relevant parts of the TDS accordingly to
reflect the e-procurement process.]
[Instructions for completing the Tender Data Sheet are provided, as needed, in the notes in
italics mentioned for the relevant ITT.]
A. General
ITT
1.1
The Procurement Entity is: [insert name of the Procurement Entity]
The Procurement Entity is [select the capacity in which the Procurement Entity is
acting, from one of the following:]
OPTION 1: “the Entity that will conclude, administer and manage the Framework
Agreement, and be the sole Procurement Entity under the Framework
Agreement.”
OR
OPTION 2: “the Entity acting for, and on behalf of, [select “the Procurement
Entity” or “all participating Procurement Entities”] in concluding the Framework
Agreement.”
The reference number of the Invitation for Tenders (IFT) is: [insert reference
number of the Invitation for Tenders]
The name of the IFT is: [insert name of the IFT]
[if applicable and if this is for a Single- Supplier FWA, include the following:]
The number and identification of lots (contracts) comprising this IFT is: [insert
number and identification of lots (contracts).]
ITT
1.2 (a)
[delete if not applicable]
Electronic –Procurement System
The Procurement Entity shall use the following electronic-procurement system to
manage this Procurement process:
[insert name of the e-system and URL address or link]
The electronic-procurement system shall be used to manage the following aspects
of the Procurement process:
[list aspects here and modify the relevant parts of the TDS accordingly e.g.,
issuing IFT document, submissions of Tenders, opening of Tenders]
Section II – Tender Data Sheet (TDS) 28
ITT
4.1
Additional provisions on eligibility of Tenderers: [state revisions to ITT 4.1 if
any]
ITT
4.5
A list of debarred firms and individuals is available at:
http://www.ppaghana.gov.gh
B. Contents of the IFT Document
ITT
7.1
For clarification of Tender purposes only, the Procurement Entity’s address is:
[insert the information as required below. This address may be the same as or
different from that specified under ITT 20.1 for Tender submission]
Attention: [insert full name of person, if applicable]
Address: [insert street address and number]
Floor/ Room number: [insert floor and room number, if applicable]
City: [insert name of city or town]
Ghana Post GPS Code: [insert Ghana Post (GPS) code, if applicable]
Country: [insert name of country]
Telephone: [insert telephone number, including country and city codes]
Email address: [insert email address, if applicable]
Requests for clarification should be received by the Procurement Entity no later
than: [insert a date; or the number of Business Days “before the deadline for
submission of Tenders”].
Web page: [in case used, identify the website with free access where Primary
Procurement information is published]
C. Preparation of Tenders
ITT
11.1
(h)
The Tenderer shall submit the following additional documents in its Tender: [list
any additional document not already listed in ITT 11.1 that must be submitted
with the Tender]
ITT
12.1
Alternative Tenders “are” or “are not” permitted (select as applicable).
ITT
14.2
[Note: For Single-Supplier FWA, providing the estimated items and quantities
over the FWA should reasonably enable Tenderers to offer their unit prices in a
competitive manner. However, for Multi-Supplier FWA, the Procurement Entity
may choose, depending on the nature and type of procurement, to provide either
the estimated quantities over the FWA period or the range of call off quantities.
Choose either Option 1 or Option 2 below
Section II – Tender Data Sheet (TDS) 29
Option 1- Single-Supplier FWA
Prices quoted for a lot (contract) shall correspond at least to [insert figure as
applicable, e.g. one hundred] percent of the items specified for the lot (contract)
in the Price Schedules. Prices quoted for each item of a lot shall correspond to one
hundred percent of the estimated quantities over the FWA period specified in the
Price Schedules for the item.
Or0
Option 2- Multi- Supplier FWA
Tenderers may quote their unit prices against any item and estimated quantities
over the FWA period or one or more of the ranges of Call-off quantities for the
item as specified in the Schedule of Prices.]
ITT
14.3
[ Consistent with TDS ITT 14.2 above, choose either Option 1 or Option 2
below:]
Option 1- Single-Supplier FWA
The price to be quoted in the Letter of Tender in accordance with ITT 12.1 shall
be the total Tender price for the specified items or Lots, as applicable.
Option 2- Multi- Supplier FWA
The price to be quoted in the Letter of Tender in accordance with ITT 12.1 shall
be (i) the total Tender prices against the estimated quantities over the FWA period
or (ii) the unit Tender price against the range of Call-off quantities, as specified in
the Schedule of prices.]
ITT
14.6
The Incoterms edition that will apply to Framework Agreement Call-off
Contracts is: [insert relevant edition].
ITT
14.7
(b)(i)
and
(c)(v)
Named place(s) of destination, as per Incoterms used, is [insert named place of
destination].
ITT
14.7
(a)(iii)
(b)(ii)
and
(c)(v)
Final Destination/s (Project Sites) will be specified in each Call-off Contract
awarded under the Framework Agreement. If the final destination is different
from the named place of destination for CIP, the Procurement Entity will pay the
Supplier the reasonable costs for inland transportation, insurance, and other local
services required to convey the Goods from the named place of destination to
their final destination (Project Site). The Procurement Entity will also pay the
Supplier, for price quoted EXW, the reasonable costs for inland transportation,
insurance, and other local services required to convey the Goods to their final
destination (Project Site).
[Note: alternatively, if the final destinations are known, Tenderers may be requested
Section II – Tender Data Sheet (TDS) 30
to include the unit prices for each item for inland transportation, insurance, and
other local services required to convey the Goods from the named place of
destination to their final destination (Project Site). In this case the Price
Schedules shall be modified accordingly].
ITT
15.1
The Tenderer [insert “is” or “is not”’] required to quote in Ghana Cedis.
ITT
16.4
Period of time the Goods are expected to be functioning (for the purpose of spare
parts): [insert duration] following acceptance of the Goods by the Procurement
Entity under a Call-off Contract.
ITT
17.2
(a)
Manufacturer’s authorization is [insert “required.” or “not required.”]
ITT
17.2
(b)
After sales service is [insert “required.” or “not required.”]
ITT
18.1
The Tender validity period shall be [insert the term of the Framework
Agreement] days.
ITT
20.1
In addition to the original of the Tender, the number of copies to be delivered to
the Procurement Entity is [insert number (insert figure)] copies.
ITT
20.3
The written confirmation of authorization to sign on behalf of the Tenderer shall
consist of [insert the name and description of the documentation required to
demonstrate the authority of the signatory to sign the Tender on behalf of the
Tenderer].
D. Submission and Opening of Tenders
ITT
22.1
For Tender submission purpose only, the Procurement Entity’s address is: [This
address may be the same as or different from that specified under ITT 7.1 for
clarifications]
Attention: [insert full name of person, if applicable]
Street Address: [insert street address and number]
Floor/ Room number: [insert floor and room number, if applicable]
City: [insert name of city or town]
Ghana Post GPS Code: [insert Ghana Post (GPS) code, if applicable]
Country: [insert name of country]
The deadline for Tender submission is:
Section II – Tender Data Sheet (TDS) 31
Date: [insert month, day and year, e.g. June 15th,2020]
Time: [insert time, and identify if a.m. or p.m., e.g. 10:30 a.m.]
[Note: The date and time should be the same as those provided in the Invitation for
Tenders, unless subsequently amended pursuant to ITT 20.2.]
Tenderers [insert “shall” or “shall not”] have the option of submitting their
Tenders electronically.
[Note: The following provision should be included, and the required information
inserted only if Tenderers have the option of submitting their Tenders
electronically. Otherwise omit.]
[The electronic Procurement submission procedures shall be: [insert a description
of the electronic Procurement submission procedures that must be followed]
ITT
25.1
The Tender opening shall take place at:
Street Address: [insert street address and number]
Floor/ Room number: [insert floor and room number, if applicable]
City: [insert name of city or town]
Country: [insert name of country]
Date: [insert month, day and year, e.g. June 15th, 2020]
Time: [insert time and identify if a.m. or p.m. e.g. 10:30 a.m.] [Date and time
should be the same as those given for the deadline for submission of Tenders (ITT
22).]
[Note: The following provision should be included, and the required
corresponding information inserted only if Tenderers have the option of
submitting their Tenders electronically. Otherwise omit.]
The electronic Tender opening procedures shall be: [insert a description of the
electronic Tender opening procedures that shall apply.]
ITT
25.6
The Letter of Tender shall be numbered and initialed by [insert number]
representatives of the Procurement Entity conducting Tender opening.
E. Evaluation and Comparison of Tenders
ITT
29.2
Additional responsiveness requirement are: (insert additional responsiveness
requirements)
ITT
30.2
The adjustment shall be based on the [select “average” or “highest”] price of the
item or component as quoted in other substantially responsive Tenders. If the
price of the item or component cannot be derived from the price of other
substantially responsive Tenders, the Procurement Entity shall use its best
Section II – Tender Data Sheet (TDS) 32
estimate.
ITT
32.1
Margin of Preference is (applicable/not applicable)
ITT
33.3(a)
Evaluation will be done for [Select: “Items” or “Lots (contracts)”]
[For Single-Supplier FWA, Select one of the two options below as appropriate]
[OPTION 1
“Tenders will be evaluated on item by item basis.”]
or
[OPTION 2:
“Tenders will be evaluated lot by lot. If a Price Schedule shows items listed but
not priced, their prices shall be assumed to be included in the prices of other
items. An item not listed in the Price Schedule shall be assumed to be not
included in the Tender, and provided that the Tender is substantially responsive,
the [select “average” or “highest”] price of the item quoted by substantially
responsive Tenderers will be added to the Tender price and the equivalent total
cost of the Tender so determined will be used for price comparison.”]
[For Multi-Supplier FWA, insert the following
OPTION 1: If range of Call-off quantities is provided insert the following:
“Tenders will be evaluated for each range of Call-off quantities of an item”
OPTION 2: if the estimated quantities over the FWA period is provided insert one
of the following as applicable:
[OPTION 2-1:
“Tenders will be evaluated on item by item basis.”]
or
[OPTION 2-2:
“Tenders will be evaluated lot by lot. If a Price Schedule shows items listed but
not priced, their prices shall be assumed to be included in the prices of other
items. An item not listed in the Price Schedule shall be assumed to be not
included in the Tender, and provided that the Tender is substantially responsive,
the [select “average” or “highest”] price of the item quoted by substantially
responsive Tenderers will be added to the Tender price and the equivalent total
cost of the Tender so determined will be used for price comparison.”]
Section II – Tender Data Sheet (TDS) 33
33.6
The consideration of other factors during the evaluation, in addition to the Tender
Price quoted, include the factors set out below as more fully described in Section
III, Evaluation and Qualification Criteria;
(a) Deviation in Delivery schedule: [insert Yes or No. If yes insert the
adjustment factor in Section III, Evaluation and Qualification Criteria]
(b) Deviation in Payment schedule: [insert Yes or No. If yes insert the
adjustment factor in Section III, Evaluation and Qualification Criteria]
(c) The Cost of major replacement component, mandatory spare parts, and
service: [insert Yes or No. If yes, insert the Methodology and criteria in
Section III, Evaluation and Qualification Criteria]
(d) Contractual and Commercial Deviations: [insert Yes or No. If yes insert
the adjustment factor in Section III, Evaluation and Qualification
Criteria]
(e) The availability in the Purchaser’s Country of spare parts and after-sales
services for the equipment offered in the Tender [insert Yes or No. If yes,
insert the Methodology and criteria in Section III, Evaluation and
Qualification Criteria]
(f) Life Cycle Costs: the costs during the life of the goods or equipment
[insert Yes or No. If yes, insert the Methodology and criteria in Section III,
Evaluation and Qualification Criteria]
(g) The Performance and Productivity of the equipment offered; [Insert Yes or
No. If yes, insert the Methodology and criteria]
(h) [insert any other specific criteria in Section III, Evaluation and Qualification
Criteria]
F. Concluding a Framework Agreement
ITT
41.1
Signed framework Agreement shall be returned within…………….days of receipt
of same.
ITT
41.1
Signing the Framework Agreement
The Tenderer shall sign, date and return the Framework Agreement within [insert
number of days (insert in figures)] days of receipt of the same.
[Note: The normal time for signing is 28 days. However, with an FWA there is no
Performance Security to be arranged at this stage, so the time for signing may be
reduced.]
Section III – Evaluation and Qualification Criteria 35
Section III - Evaluation and Qualification
Criteria
This Section contains the criteria that the Procurement Entity shall use to conclude a Framework
Agreement(s). The criteria and methodology described is to evaluate Tenders and qualify
Tenderers. No other factors, methods or criteria shall be used other than specified in this IFT
document for the Primary Procurement process.
[The Procurement Entity shall select the criteria deemed appropriate for the Primary Procurement
process, insert the appropriate wording using the samples below or other acceptable wording, and
delete the text in italics]
Contents
1. Evaluation of Tenders (ITT 33) ............................................................................................ 36
2. Criteria to conclude a Framework Agreement(s) (ITT 37) ................................................... 38
3. Post Qualification Criteria (ITT 35) ..................................................................................... 39
Section III – Evaluation and Qualification Criteria 36
1. Evaluation of Tenders (ITT 33)
Evaluation Criteria (ITT 33)
The Procurement Entity’s evaluation of a Tender may take into account, in addition to
the Tender Price quoted in accordance with ITT 14, one or more of the following factors
as specified in ITT 33.7 and in TDS referring to ITT 33.6 using the following criteria
and methodologies.
(a) Delivery schedule. (As per Incoterms specified in the TDS)
The Goods covered under this Invitation are required to be delivered (shipped) within
an acceptable range of days/weeks/months [as applicable] specified in the Schedule of
Requirement. No credit will be given to earlier deliveries, and Tenders offering delivery
beyond this range will be treated as nonresponsive. Within this acceptable range, an
adjustment per day [insert the adjustment factor], will be added for evaluation to the
Tender Price of Tenders offering delivery later than the Earliest Delivery Period
specified in the Schedule of Requirements.
(b) Deviation in Payment Schedule. [Insert the following]
The SCC stipulates the payment schedule specified by the Purchaser. If a Bid deviates
from the schedule and if such deviation is considered acceptable to the Purchaser, the
Bid will be evaluated by calculating interest earned for any earlier payments involved
in the terms outlined in the Bid as compared with those stipulated in the SCC, at the
rate per annum [insert adjustment rate].
(c) Cost of major replacement components, mandatory spare parts, and services.
[Insert one of the following]
(i) The list of items and quantities of major assemblies, components, and selected
spare parts, likely to be required during the initial period of operation specified
in the TDS 16.4, is in the List of Goods. An adjustment equal to the total cost of
these items, at the unit prices quoted in each Tender, shall be added to the Tender
price, for evaluation purposes only.
or
(ii) The Purchaser will draw up a list of high-usage and high-value items of
components and spare parts, along with estimated quantities of usage in the initial
period of operation specified in the TDS 16.4. The total cost of these items and
quantities will be computed from spare parts unit prices submitted by the Tenderer and
added to the Tender price, for evaluation purposes only.
Section III – Evaluation and Qualification Criteria 37
(d) Contractual and Commercial Deviations [Insert one of the following].
The cost of all quantifiable deviations and omissions from the contractual and
commercial conditions shall be evaluated. The Purchaser will make its own assessment
of the cost of any deviations for the purpose of ensuring fair comparison of Tenders.
e) Availability in the Purchaser’s Country of spare parts and after sales services for
equipment offered in the Tender. [Insert one of the following]
An adjustment equal to the cost to the Purchaser of establishing the minimum service
facilities and parts inventories if quoted separately, shall be added to the Bid price, for
evaluation purposes only.
(f) Life Cycle Costs:
If specified in TDS 33.6, an adjustment to take into account the additional life cycle
costs for the period specified below, such as the operating and maintenance costs of the
Goods, will be added to the Tender price, for evaluation purposes only. The adjustment
will be evaluated in accordance with the methodology specified below and the following
information:
[Note to Purchaser: Life cycle costing should be used when the costs of operation and/or
maintenance over the specified life of the goods are estimated to be considerable in
comparison with the initial cost and may vary among different Bids. Life cycle costs
shall be evaluated on a net present value basis. If life cycle costs apply, then specify the
factors required to determine them for evaluation purposes.
[Either amend the following text as required, or delete if life cycle cost is not applicable]
(i) number of years for life cycle cost determination [insert the number of years];
(ii) the discount rate to be applied to determine the net present value of future
operation and maintenance costs (recurrent costs) is [insert the discount rate];
(iii) the annual operating and maintenance costs (recurrent costs) shall be determined
on the basis of the following methodology: [insert methodology];
(iv) and the following information is required from bidders [insert any information
required from Tenderers, including prices].
(g) Performance and productivity of the equipment: [insert one of the following]
(i) Performance and productivity of the equipment. An adjustment representing the
capitalized cost of additional operating costs over the life of the goods will be
added to the Bid price, for evaluation purposes if specified in the TDS 33.6. The
adjustment will be evaluated based on the drop in the guaranteed performance or
efficiency offered in the Tender below the norm of 100, using the methodology
specified below.
[Insert the methodology and criteria, if applicable]
Section III – Evaluation and Qualification Criteria 38
or
(i) An adjustment to take into account the productivity of the goods offered in the
Tender will be added to the Tender price, for evaluation purposes only, if
specified in TDS 33.6. The adjustment will be evaluated based on the cost per
unit of the actual productivity of goods offered in the Tender with respect to
minimum required values, using the methodology specified below.
[Insert the methodology and criteria if applicable]
(h) Specific additional criteria
[Other specific additional criteria to be considered in the evaluation, and the evaluation method
shall be detailed in TDS 33.6][If specific sustainable procurement technical requirements have
been specified in Section VII- Specification, either state that (i) those requirements will be
evaluated on a pass/fail (compliance basis) or otherwise (ii) in addition to evaluating those
requirements on a pass/fail (compliance basis), if applicable, specify the monetary adjustments to
be applied to Tender Prices for comparison purposes on account of Tenders that exceed the
specified minimum sustainable procurement technical requirements.]
2. Criteria to conclude a Framework Agreement(s) (ITT 37)
[Select the appropriate option and add such additional criteria, as is appropriate]
Criteria for a Single-Supplier Framework Agreement:
The Procurement Entity will conclude the Framework Agreement with the Tenderer that
meets the qualification criteria and whose Tender has been determined to be:
(a) substantially responsive to the Tender document; and
(b) the lowest evaluated cost [, and]
(c) [Insert any additional criteria e.g. criteria related to selection based on a geographic
spread of Suppliers.]
OR
Criteria for a Multi-Supplier Framework Agreement:
The Procurement Entity will conclude Framework Agreements with the Tenderers that
meet the qualification criteria and whose Tenders have been determined to be substantially
responsive as follows;
(a) All Tenderers shall be ranked in terms of evaluated cost(s), with the first ranked being
the lowest evaluated cost, the second ranked being the second lowest evaluated cost,
and so on.
Section III – Evaluation and Qualification Criteria 39
(b) The Procurement Entity will conclude an FWA with:
(i) All the Tenderers ranked in (a) above if no maximum number of suppliers is
specified in TDS ITT 1.2 (l).
(ii) the Tenderers ranked first up to the maximum number of suppliers (y) specified
in the TDS ITT 1.2 (l).
(c) If the number of Tenderers is less than the minimum (x) specified in the TDS ITT 1.2
(l), the Procurement Entity may decide to invite new Tenders. Alternatively, the
Procurement Entity may conclude the FWA with all those Tenderers where, an
insufficient number of Tenders are received, or an insufficient number of Tenders
meet the criteria for conclusion of Framework Agreements.
(d) [Insert any additional criteria e.g. criteria related to selection based on a spread of
geographic locations.]
3. Post Qualification Criteria (ITT 35)
After determining the substantially responsive Tender which offers the lowest-evaluated cost
in accordance with ITT 34, the Procurement Entity shall carry out the post-qualification of
the Tenderer in accordance with ITT 35, using only the requirements specified.
Requirements not included in the text below shall not be used in the evaluation of the
Tenderer’s qualifications.
(a) The Procurement Entity will determine to its satisfaction whether the Tenderer selected
as having submitted the lowest evaluated responsive Tender is qualified to satisfactorily
perform the Contract.
(b) The determination will take into account the Tenderer’s financial, technical and
production capabilities/ resources. It will be based upon an examination of the
documentary evidence of the Tenderer’s qualifications submitted by the Tenderer, as well
as such other information as the Procurement Entity deems necessary and appropriate.
(c) An affirmative determination will be a prerequisite for award of the Contract to the
Tenderer. A negative determination will result in rejection of the Tenderer’s Tender, in
which event the Procurement Entity will proceed to the next lowest evaluated Tender to
make a similar determination of that Tenderer’s capabilities to perform satisfactorily.
Section IV – Tender Forms 40
Section IV - Tender Forms
Table of Forms
Letter of Tender ...................................................................................................................... 41
Tenderer Information Form .................................................................................................... 45
Tenderer’s JV Members Information Form ............................................................................ 46
Price Schedule Forms ............................................................................................................. 47
Manufacturer’s Authorization ................................................................................................. 58
Form of Tender-Securing Declaration .................................................................................... 59
Section IV – Tender Forms 41
Letter of Tender
Primary Procurement - Framework Agreement Goods
INSTRUCTIONS TO TENDERERS: DELETE THIS BOX ONCE YOU HAVE
COMPLETED THE DOCUMENT
The Tenderer must prepare this Letter of Tender on stationery with its letterhead clearly
showing the Tenderer’s complete name and business address.
Note: All italicized text is to help Tenderers in preparing this form.
Framework Agreement - Goods
Date of this Tender submission: [insert date (as day, month and year) of Tender
submission]
Invitation for Tender No.: [insert identification]
Alternative No.: [insert identification No if this is a Tender for an alternative]
To: [insert complete name of Procurement Entity]
(a) No reservations: We have examined and have no reservations to the IFT document,
including addenda issued in accordance with Instructions to Tenderers (ITT 8);
(b) Eligibility: We meet the eligibility requirements and have no conflict of interest in
accordance with ITT 4;
(c) Eligible Goods and Related Services: If we conclude a Framework Agreement, the
Goods and Related Services that we may supply under a Call-off Contract awarded
under the Framework Agreement, shall be sourced from an eligible country in
accordance with ITT 5. The Goods and Related Services shall be sourced from [insert
name of the country(ies)]
(d) Tender Securing Declaration: [select OPTION 1 or 2 as applicable]
OPTION 1
“We have neither been suspended nor declared ineligible by the Procurement Entity(ies)
based on execution of a Tender-Securing Declaration in Ghana with ITT 19 or
OPTION 2
“We have been suspended or declared ineligible by the following entities based on
execution of a Tender-Securing Declaration or Proposal-Securing Declaration in the
Procurement Entity’s Country in accordance with ITT 19 [insert name of entities]”;
Section IV – Tender Forms 42
(e) Conformity: We offer to supply, in conformity with the IFT document and in accordance
with Section V- Schedule of Requirements, the following Goods: [insert a brief description
of the Goods and Related Services];
(f) Tender Price: [Select one of the following four options with respect to Tender Price]
For Multi Supplier FWA
OPTION 1- [If range of Call-off quantities is provided by the Procurement Entity in the Price
Schedules]
“The unit price/s of our Tender excluding any discounts offered in item (g) below is [insert
the unit price/s of the Tender in words and figures, against the range of quantities provided
by the Procurement Entity in the Price Schedules in the table below”
OPTION 2- [If estimated quantities over FWA period is provided by the Procurement Entity
in the Price Schedules]
“The total price of our Tender, excluding any discounts offered in item (g) below is: [insert
the total price of the Tender in words and figures, indicating the various amounts and the
respective currencies”
For Single Supplier FWA
OPTION 3- [For Single Lot]
“The total price of our Tender, excluding any discounts offered in item (f) below is: [insert
the total price of the Tender in words and figures, indicating the various amounts and the
respective currencies”
Item No. Description Range of
Quantities
Tender Unit
Price and
Currency
1. … … - …
… - …
… - …
2. …
3. …
Section IV – Tender Forms 43
OPTION 4 - [For Multiple Lots]
“The total price of each lot [insert the total price of each lot in words and figures,
indicating the various amounts and the respective currencies]; and (b) Total price of all
lots (sum of all lots) [insert the total price of all lots in words and figures, indicating the
various amounts and the respective currencies]”
(g) Unconditional Discounts: The unconditional discounts offered are: [Specify in detail
each unconditional discount offered.]
The exact method of calculations to determine the net price after application of
unconditional discounts is shown below: [Specify in detail the method that shall be used
to apply the discounts];
(h) Tender Validity Period: Our Tender shall be valid for the period specified in TDS
18.1 (as amended, if applicable) from the date fixed for the Tender submission deadline
specified in TDS 22.1 (as amended, if applicable), and it shall remain binding upon us
and may be accepted at any time before the expiration of that period;
(i) Performance Security: If our Tender is accepted and we conclude a Framework
Agreement, we understand that we may be required, as a condition of a subsequent
Call-off Contract, to obtain a performance security;
(j) One Tender per Tenderer: We are not submitting any other Tender(s) as an individual
Tenderer, and we are not participating in any other Tender(s) as a Joint Venture
member, or as a subcontractor, and meet the requirements of ITT 4.5;
(k) Suspension and Debarment: We, along with any of our subcontractors, suppliers,
consultants, manufacturers, or service providers for any part of the contract, are not
subject to, and not controlled by any entity or individual that is subject to, a temporary
suspension or a debarment imposed by the PPA;
(l) State-Owned Enterprise or Institution: [select the appropriate option and delete the
other] [We are not a state-owned enterprise or institution] / [We are a state-owned
enterprise or institution but meet the requirements of ITT 4.2];
(m) Not Bound to Procure: We understand that there is no obligation on the Procurement
Entity(ies) to procure any Goods, and/or Related Services from any FWA Supplier during
the Term of the Framework Agreement.
(n) No expectation of Call-off Contract: We confirm that no undertaking or any form of
statement, promise, representation or obligation has been made by the Procurement Entity
in respect of the total quantities or value of the Goods that may be ordered by it, or any
participating Procurement Entity(ies), in accordance with this Framework Agreement. We
acknowledge and agree that we have not submitted this Tender on the basis of any such
undertaking, statement, promise or representation. If we conclude a Framework Agreement,
we have no legitimate expectation of being awarded a Call-off Contract under the
Framework Agreement.
Section IV – Tender Forms 44
(o) Not Bound to Accept: In relation to this Primary Procurement, we understand that you are
not bound to accept any Tender that you may receive.
(p) Fraud and Corruption: We hereby certify that we have taken steps to ensure that no
person acting for us or on our behalf engages in any type of Fraud and Corruption.
Name of the Tenderer: *[insert complete name of the Tenderer]
Name of the person duly authorized to sign the Tender on behalf of the Tenderer:
**[insert complete name of person duly authorized to sign the Tender]
Title of the person signing the Tender: [insert complete title of the person signing the
Tender]
Signature of the person named above: [insert signature of person whose name and
capacity are shown above]
Date signed [insert date of signing] day of [insert month], [insert year]
* In the case of the Tender submitted by a Joint Venture specify the name of the Joint Venture as Tenderer. ** Person signing the Tender shall have the power of attorney given by the Tenderer. The power of attorney shall be attached with the
Tender Schedules.
Section IV – Tender Forms 45
Tenderer Information Form
Primary Procurement - Framework Agreement Goods
[The Tenderer shall fill in this Form in accordance with the instructions indicated below. No
alterations to its format shall be permitted and no substitutions shall be accepted.]
Date: [insert date (as day, month and year) of Tender submission]
Package No.: [insert number of IFT process]
Page ________ of_ ______ pages
1. Tenderer’s Name [insert Tenderer’s legal name]
2. In case of JV, legal name of each member: [insert legal name of each member in JV]
3. Tenderer’s actual or intended country of registration: [insert actual or intended country of
registration]
4. Tenderer’s year of registration: [insert Tenderer’s year of registration]
5. Tenderer’s Address in country of registration: [insert Tenderer’s legal address in country of
registration]
6. Tenderer’s Authorized Representative Information
Name: [insert Authorized Representative’s name]
Address: [insert Authorized Representative’s Address]
Telephone: [insert Authorized Representative’s telephone]
Email Address: [insert Authorized Representative’s email address]
7. Attached are copies of original documents of [check the box(es) of the attached original
documents]
Articles of Incorporation (or equivalent documents of constitution or association), and/or
documents of registration of the legal entity named above, in accordance with ITT 17
In case of JV, letter of intent to form JV or JV agreement, in accordance with ITT 4.3.
In case of state-owned enterprise or institution, in accordance with ITT 4.2 documents
establishing:
• Legal and financial autonomy
• Operation under commercial law
• Establishing that the Tenderer is not under the supervision of the Procurement Entity.
8. Included are the organizational chart, a list of Board of Directors, and the beneficial
ownership.
Section IV – Tender Forms 46
Tenderer’s JV Members Information Form Primary Procurement - Framework Agreement Goods
[The Tenderer shall fill in this Form in accordance with the instructions indicated below.
The following table shall be filled in for the Tenderer and for each member of a Joint
Venture]].
Date: [insert date (as day, month and year) of Tender submission]
Package No.: [insert number of IFT process]
Page ________ of_ ______ pages
1. Tenderer’s Name: [insert Tenderer’s legal name]
2. Tenderer’s JV Member’s name: [insert JV’s Member legal name]
3. Tenderer’s JV Member’s country of registration: [insert JV’s Member country of
registration]
4. Tenderer’s JV Member’s year of registration: [insert JV’s Member year of registration]
5. Tenderer’s JV Member’s legal address in country of registration: [insert JV’s Member
legal address in country of registration]
6. Tenderer’s JV Member’s authorized representative information
Name: [insert name of JV’s Member authorized representative]
Address: [insert address of JV’s Member authorized representative]
Telephone numbers: [insert telephone numbers of JV’s Member authorized
representative]
Email Address: [insert email address of JV’s Member authorized representative]
7. Attached are copies of original documents of [check the box(es) of the attached original
documents]
Articles of Incorporation (or equivalent documents of constitution or association),
and/or registration documents of the legal entity named above, in accordance with ITT
17.
In case of a state-owned enterprise or institution, documents establishing legal and
financial autonomy, operation in accordance with commercial law, and that they are
not under the supervision of the Procurement Entity, in accordance with ITT 4.2.
8. Included are the organizational chart, a list of Board of Directors, and the beneficial
ownership.
Section IV – Tender Forms 47
Price Schedule Forms
[Note to the Procurement Entity:
Two set of Price Schedule templates are provided for Multi-Supplier based on range of Call-
off quantities and Single-Supplier FWA based on estimated quantities over the FWA period
respectively. The Procurement Entity shall use either one of the sets depending on the type of
FWA and delete the other.
For Multi-Supplier FWA, if the Procurement Entity find it to be more appropriate to provide
estimated quantities over the FWA period instead of range of quantities for individual Call-
offs, use the set of tables for single supplier FWA.]
[The Tenderer shall fill in these Price Schedule Forms in accordance with the instructions
indicated. The list of line items in column 1 of the Price Schedules shall coincide with the List
of Goods and Related Services specified by the Procurement Entity in the Schedule of
Requirements.]
Section IV – Tender Forms 49
Multi-Supplier FWA- Price Schedule: Goods Manufactured Outside
Ghana, to be Imported
Date: _________________________
Package No: _____________________ Page N ______ of ______
1 2 3 4 5 6
Line
Item N
Description of Goods Country of Origin Delivery Period as
defined by Incoterms
Indicative Quantity and physical unit per individual
Call-off
Unit price DDP [insert place
of destination]in accordance with ITT 14.7(b)(i)
Minimum Maximum
[insert
number of the
item]
[insert name of good] [insert country of
origin of the Good]
[insert the Delivery
Period]
[insert number of units
to be supplied and name of the physical unit]
[insert number of units to be
supplied and name of the physical unit]
[insert unit price DDP per line
item
Name of Tenderer [insert complete name of Tenderer]
Signature of Tenderer [signature of person signing the Tender]
Date [Insert Date]
Note to the Procurement Entity:
• Information for columns 1, 2, 4, and 5 to be inserted by the Procurement Entity
• If the items comprise of sub-items, insert the corresponding sub-item information and ensure that the range of quantities for sub-items is the same as the range
of quantities for items otherwise evaluation becomes difficult. If there is a necessity to have different range of quantities, treat them as separate items.
• Indicate multiple ranges for each item as applicable
• If the final destinations are known at the time of issuance of the tender document for primary procurement process add a column requesting “price per line
item for inland transportation and other Related Services required in the Procurement Entity’s Country to convey the Goods to their final destination specified
in TDS
Section IV – Tender Forms 50
Multi-Supplier FWA- Price Schedule: Goods Manufactured Outside
Ghana, already Imported
Date: _________________________
Package No: _____________________ Page N ______ of ______
1 2 3 4 5 6 7 8 9 Line Item
N
Description of Goods
Country of Origin
Delivery Period as
defined by
Incoterms
Indicative Quantity and physical unit per individual
Call-off
Unit price including Custom Duties and
Import Taxes paid,
in accordance with ITT 14.7(c)(i)
Custom Duties and Import Taxes paid per
unit in accordance
with ITT 14.7(c)(ii), [to be supported by
documents]
Unit Price net of custom duties and
import taxes, in
accordance with ITT 14.7 (c) (iii)
(Col. 6 minus Col.7)
Sales and other taxes paid or payable per item if
Framework Agreement is
concluded (in accordance with ITT 14.7(c)(iv)
Minimum Maximum
[insert number of
the item]
[insert name of Goods]
[insert country of
origin of
the Good]
[insert Delivery
Period]
[insert number of
units to be
supplied and name of the
physical unit]
[insert number of units to be
supplied and
name of the physical unit
[insert unit price per unit]
[insert custom duties and taxes paid per
unit]
[insert unit price net of custom duties and
import taxes]
[insert sales and other taxes payable per item if Framework
Agreement is concluded]
Name of Tenderer [insert complete name of Tenderer] Signature of Tenderer [signature of person signing the Tender] Date [insert date]
Note to the Procurement Entity:
• Information for columns 1, 2, 4, and 5 to be inserted by the Procurement Entity
• If the items comprise of sub-items, insert the corresponding sub-item information and ensure that the range of quantities for sub-items is the same as the
range of quantities for items otherwise evaluation becomes difficult. If there is a necessity to have different range of quantities, treat them as separate items.
• Indicate multiple ranges for each item as applicable
• If the final destinations are known at the time of issuance of the tender document for primary procurement process add a column requesting “price per line
item for inland transportation and other Related Services required in the Procurement Entity’s Country to convey the Goods to their final destination
specified in TDS
• [For previously imported Goods, the quoted price shall be distinguishable from the original import value of these Goods declared to customs and shall
include any rebate or mark-up of the local agent or representative and all local costs except import duties and taxes, which have been and/or have to be
paid by the Procurement Entity. For clarity, the Tenderers are asked to quote the price including import duties, and additionally to provide the import
duties and the price net of import duties which is the difference of those values.]
Section IV – Tender Forms 51
Multi-Supplier FWA- Price Schedule: Goods Manufactured in Ghana Date: _________________________
Package No: _____________________
Page N ______ of ______
1 2 3 4 5 6
Line
Item No. Description of Goods Delivery
Period as
defined by
Incoterms
Indicative Quantity and physical unit Unit price EXW Sales and other taxes payable
per line item if Framework
Agreement is concluded (in
accordance with ITT
14.7(a)(ii)
Minimum Maximum
[insert total
price per
item]
[insert name of Good] [insert
Delivery
Period]
[insert number
of units to be
supplied and
name of the
physical unit]
[insert number of
units to be
supplied and name
of the physical
unit]
[insert EXW unit
price]
[insert sales and other taxes
payable per line item if
Framework Agreement is
concluded]
Name of Tenderer [insert complete name of Tenderer] Signature of Tenderer [signature of person signing the Tender] Date [insert date]
Note to the Procurement Entity:
• Information for columns 1, 2, 3, and 4 to be inserted by the Procurement Entity
• If the items comprise of sub-items, insert the corresponding sub-item information and ensure that the range of quantities for sub-items is the same as
the range of quantities for items otherwise evaluation becomes difficult. If there is a necessity to have different range of quantities, treat them as
separate items.
• Indicate multiple ranges for each item as applicable
• If the final destinations are known at the time of issuance of the tender document for primary procurement process add a column requesting “price per
line item for inland transportation and other Related Services required in the Procurement Entity’s Country to convey the Goods to their final
destination specified in TDS
Section IV – Tender Forms 52
Multi-Supplier FWA- Price and Completion Schedule - Related Services Date: _________________________
Package No: _____________________ Page N ______ of ______
1 2. 3 4 5 6 7 Item No. Item Description Indicative Quantity and physical
unit
Description of Services (excludes inland
transportation and other Related Services
required in the Procurement Entity’s
Country to convey the Goods to their
final destination)
Country of Origin Related Service
Completion Period
Unit price
Minimum
Maximum
[insert
item
number]
Insert name of Good insert number
of units to be
supplied and name of the
physical unit]
insert number
of units to be
supplied and name of the
physical unit]
[insert name of Service] [insert country of
origin of the
Services]
[insert Related Service
Completion Period per
item]
[insert unit price per item]
Name of Tenderer [insert complete name of Tenderer] Signature of Tenderer [signature of person signing the Tender] Date [insert date]
Note to the Procurement Entity:
• Information for columns 1, 2, 3, 4, and 6 to be inserted by the Procurement Entity
• If the items comprise of sub-items, insert the corresponding sub-item information and ensure that the range of quantities for sub-items is the same as the
range of quantities for items otherwise evaluation becomes difficult. If there is a necessity to have different range of quantities, treat them as separate
items.
• Indicate multiple ranges for each item as applicable
• The estimated quantities or range of quantities of the items in this table shall be the same as the those specified for the supply portion in the preceding
tables.
Section IV – Tender Forms 53
Multi-Supplier FWA- Price Schedule Summary
Date: _________________________
Package No: _____________________
Page N ______ of ______
1 2 3 4 5 6
Item No Description of Goods Indicative Quantity and physical
unit
Tender Unit
Price Supply
portion
Tender Unit Price
Related Services
Total Tender Unit
Price
(4+5) Minimum Maximum
[insert
Item No.]
[insert name of Good] [insert
number of
units to be
supplied and
name of the
physical unit]
[insert number
of units to be
supplied and
name of the
physical unit]
[insert unit
price]
[insert unit price] [insert total Tender
unit price]
Name of Tenderer [insert complete name of Tenderer] Signature of Tenderer [signature of person
signing the Tender] Date [insert date]
Note to the Procurement Entity:
• Information for columns 1, 2, and 3 to be inserted by the Procurement Entity
• If the items comprise of sub-items, insert the corresponding sub-item information and ensure that the range of quantities for sub-items is the
same as the range of quantities for items otherwise evaluation becomes difficult. If there is a necessity to have different range of quantities,
treat them as separate items.
• Indicate multiple ranges for each item as applicable
• If the final destinations are known at the time of issuance of the tender document for primary procurement process add a column requesting
“price per line item for inland transportation and other Related Services required in the Procurement Entity’s Country to convey the Goods to
their final destination specified in TDS
Section IV – Tender Forms 54
Single-Supplier FWA- Price Schedule: Goods Manufactured Outside
Ghana, to be Imported
Date: _________________________
Package No: _____________________ Page N ______ of ______
1 2 3 4 5 6 7 Line
Item
N
Description of Goods Country of Origin Delivery
Period as
defined by Incoterms
Estimated Quantity
over FWA period
and physical unit
Unit price
DDP [insert place of
destination] in accordance with
ITT 14.7(b)(i)
DDP Price per line item
(Col. 5x6)
[insert
number of the
item]
[insert name of good] [insert country of
origin of the Good] [insert quoted
Delivery Date]
[insert number of
units to be supplied and name of the
physical unit]
[insert unit price
DDP per unit] [insert total DDP price per
line item]
Total Price
Note to the Procurement Entity:
• If there are more than one Lot, insert a separate table for each Lot
• Information for columns 1, 2, 4, and 5 to be inserted by the Procurement Entity
• If the final destinations are known at the time of issuance of the tender document for primary procurement process add a column requesting
“price per line item for inland transportation and other Related Services required in the Procurement Entity’s Country to convey the Goods to
their final destination specified in TDS
Section IV – Tender Forms 55
Single-Supplier FWA- Price Schedule: Goods Manufactured Outside
Ghana, already imported*
Date: _________________________
Package No: _____________________ Page N ______ of ______
1 2 3 4 5 6 7 8 9 10 Line
Item
N
Description of Goods Country of
Origin
Delivery
Period as
defined by Incoterms
Estimated
Quantity over
FWA period and physical
unit
Unit price
including
Custom Duties and Import
Taxes paid, in
accordance with ITT
14.7(c)(i)
Custom Duties
and Import
Taxes paid per unit in
accordance with
ITT 14.7(c)(ii), [to be supported
by documents]
Unit Price net
of custom
duties and import taxes, in
accordance
with ITT 14.7 (c) (iii)
(Col. 6 minus
Col.7)
Price per line
item net of
Custom Duties and Import
Taxes paid, in
accordance with ITT 14.7(c)(i)
(Col. 58)
Sales and other
taxes paid or
payable per item if Contract is
awarded (in
accordance with ITT 14.7(c)(iv)
[insert number
of the
item]
[insert name of Goods] [insert country of
origin of the
Good]
[insert quoted Delivery
Date]
[insert number of
units to be
supplied and name of the
physical unit]
[insert unit price per unit]
[insert custom duties and taxes
paid per unit]
[insert unit price net of
custom duties
and import taxes]
[ insert price per line item net of
custom duties
and import taxes]
[insert sales and other taxes
payable per item
if Contract is awarded]
Total Price
Note to the Procurement Entity:
• If there are more than one Lot, insert a separate table for each Lot
• Information for columns 1, 2, 4, and 5 to be inserted by the Procurement Entity
• If the final destinations are known at the time of issuance of the tender document for primary procurement process add a column requesting
“price per line item for inland transportation and other Related Services required in the Procurement Entity’s Country to convey the Goods to
their final destination specified in TDS
* [For previously imported Goods, the quoted price shall be distinguishable from the original import value of these Goods declared to customs and shall
include any rebate or mark-up of the local agent or representative and all local costs except import duties and taxes, which have been and/or have to be
paid by the Procurement Entity. For clarity, the Tenderers are asked to quote the price including import duties, and additionally to provide the import
duties and the price net of import duties which is the difference of those values.]
Section IV – Tender Forms 56
Single-Supplier FWA- Price Schedule: Goods Manufactured in Ghana Date: _________________________
Package No: _____________________ Page N ______ of ______
1 2 3 4 5 6 7 Line Item
N
Description of Goods Delivery Period
as defined by Incoterms
Indicative
Quantity over FWA period and
physical unit
Unit price
EXW Total EXW price per
line item
(Col. 45)
Sales and other taxes payable
per line item if Contract is awarded (in accordance with
ITT 14.7(a)(ii)
[insert
number of
the item]
[insert name of Good] [insert quoted
Delivery Date]
[insert number of
units to be
supplied and name of the
physical unit]
[insert EXW
unit price] [insert total EXW price
per line item]
[insert sales and other taxes
payable per line item if
Contract is awarded]
Total Price
Name of Tenderer [insert complete name of Tenderer] Signature of Tenderer [signature of person signing the Tender] Date [insert date]
Note to the Procurement Entity:
• If there are more than one Lot, insert a separate table for each Lot
• Information for columns 1, 2, 3, and 4, to be inserted by the Procurement Entity
• If the final destinations are known at the time of issuance of the tender document for primary procurement process add a column requesting “price
per line item for inland transportation and other Related Services required in the Procurement Entity’s Country to convey the Goods to their final
destination specified in TDS
Section IV – Tender Forms 57
Single- Supplier FWA- Price and Completion Schedule - Related Services
Date: _________________________
Package No: _____________________ Page N ______ of ______
1 2 3 4 5 6 7 8
Item No. Item Description Estimated Quantity over the
FWA period and physical unit
Description of Services (excludes
inland transportation and other Related Services required in the
Procurement Entity’s Country to
convey the Goods to their final destination)
Country of
Origin
Related Service
Completion Period
Unit price Total Price per Item
(Col. 3*7 or estimate)
[insert
item
number]
Insert name of Good insert number of units to be
supplied and name of the
physical unit]
[insert name of Service] [insert country
of origin of the
Services]
[insert Related Service
Completion Period per
item]
[insert unit
price per item] insert total price per
item]
Total Price
Name of Tenderer [insert complete name of Tenderer] Signature of Tenderer [signature of person signing the Tender] Date [insert date]
Note to the Procurement Entity:
• If there are more than one Lot, insert a separate table for each Lot
Information for columns 1, 2, 3, 4, and 6 to be inserted by the Procurement Entity
Section IV – Tender Forms 58
Manufacturer’s Authorization
Date:
To: [name of the Procurement Entity]
WHEREAS [name of the Manufacturer] who are established and reputable manufacturers of
[name and/or description of the goods] having factories at [address of factory]
I hereby authorize [name and address of Agent] to submit a Tender, and subsequently
negotiate and sign the Contract with you against Package No. [reference of the Invitation to
Tender] for the above goods manufactured by us.
We hereby extend our full guarantee and warranty as per Clause 15 of the General
Conditions of Call-off Contract for the goods offered for supply by the above firm against
this Invitation for Tenders.
_______________________________________________________
[signature for and on behalf of Manufacturer]
Note: This letter of authority should be on the letterhead of the Manufacturer and should be
signed by a person competent and having the power of attorney to bind the
Manufacturer. It should be included by the Tenderer in its Tender.
Section V – Schedule of Requirements 59
Form of Tender-Securing Declaration
[The Tenderer shall fill in this Form in accordance with the instructions indicate .]
Date: [insert date (as day, month and year) of Tender Submission]
IFT No.: [insert number of Tendering process]
Alternative No.: [insert identification No if this is a Tender for an alternative]
To: [insert complete name of Purchaser]
We, the undersigned, declare that:
1. We understand that, according to your conditions, tender must be supported by a
Tender -Securing Declaration.
2. We accept that we will automatically be suspended from being eligible for Tendering
in any contract with the Purchaser for the period of time of [insert number of months or years]
starting on [insert date], if we are in breach of our obligation(s) under the tender conditions,
because we:
(a) have withdrawn our Tender during the period of tender validity specified in the Tender
Data Sheet; or
(b) having been notified of the acceptance of our Tender by the Purchaser during the period
of tender validity, (i) fail or refuse to execute the Contract, if required, or (ii) fail or
refuse to furnish the Performance Security, in accordance with the ITT.
3. We understand this Tender Securing Declaration shall expire if we are not the
successful Tenderer, upon the earlier of (i) our receipt of a copy of your notification of the
name of the successful Tenderer; or (ii) twenty-eight days after the expiration of our Tender
4. We understand that if we are a Joint Venture, the Tender Securing Declaration must be
in the name of the Joint Venture that submits the Tender. If the Joint Venture has not been
legally constituted at the time of tendering, the Tender Securing Declaration shall be in the
names of all future partners as named in the letter of intent.
Signed: [insert signature of person whose name and capacity are shown]
In the capacity of [insert legal capacity of person signing the Tender Securing Declaration]
Name: [insert complete name of person signing the Tender Securing Declaration]
Duly authorized to sign the bid for and on behalf of: [insert complete name of Tenderer]
Dated on ____________ day of __________________, _______ [insert date of signing]
Section V - Schedule of Requirements 60
Section V - Schedule of Requirements and
Related Services
Section V - Schedule of Requirements 61
Notes for Preparing the Estimate Schedule of
Requirements
The Estimate Schedule of Requirements shall be included in the IFT document by the
Procurement Entity, and shall cover, at a minimum, a description of the Goods and Related
Services, indicative quantities that may be supplied under a Framework Agreement/s, Delivery
Periods named place/s of destination, final place/s of destination (if known) and estimated
requirements for Related Services, if any.
Section V – Schedule of Requirements 62
Estimated Schedule of Requirements- Supply of Goods
Line
Item
N
Description of
Goods
Physical
unit
Indicative Quantity per Specified
Period [e.g. Year/Quarter etc.] [if
applicable]
Indicative total
Quantity required
over the term of
the FWA
Delivery
Period** as
per
Incoterms
Named
Place/s of
Destination
Final Place/s of
Destination
(Project Site) [if
known]
Period 1 Period 2 Period 3
Section V – Schedule of Requirements 63
* If the primary procurement is packages in Lots, group items under the respective Lots
** “Delivery Period” is the specified period from the date of formation of a Call-off contract for delivery of the Goods as
per the applicable Incoterms.
Section V – Schedule of Requirements 64
Estimated Schedule of Requirements- Related Services*
1 2. 4
Item No. Item Description Description of Services in accordance with
the Estimated List of Goods and Delivery
Schedule (excludes inland transportation
and other Related Services required in the
Procurement Entity’s Country to convey the
Goods to their final destination)
Place/s where Services will be performed (if
known)
[insert item number]
Insert name of Good [insert name of Service]
Section VI - Technical Specifications 65
Section VI - Technical Specifications
The purpose of the Technical Specifications (TS), is to define the technical characteristics of
the Goods and Related Services required by the Procurement Entity. The Procurement Entity
shall prepare the detailed TS take into account that:
• The TS constitute the benchmarks against which the Procurement Entity will verify the
technical responsiveness of Tenders and subsequently evaluate the Tenders. Therefore,
well-defined TS will facilitate preparation of responsive Tenders by Tenderers, as well as
examination, evaluation, and comparison of the Tenders by the Procurement Entity.
• The TS shall require that all Goods and materials to be incorporated in the Goods be new,
unused, and of the most recent or current models, and that they incorporate all recent
improvements in design and materials, unless provided for otherwise in the contract.
• The TS shall make use of best practices. Samples of specifications from successful similar
procurements in the same country or sector may provide a sound basis for drafting the TS.
• Standardizing technical specifications may be advantageous, depending on the complexity
of the Goods and the repetitiveness of the type of procurement. Technical Specifications
should be broad enough to avoid restrictions on workmanship, materials, and equipment
commonly used in manufacturing similar kinds of Goods.
• Standards for equipment, materials, and workmanship specified in the IFT document shall
not be restrictive. Recognized international standards should be specified as much as
possible. Reference to brand names, catalogue numbers, or other details that limit any
materials or items to a specific manufacturer should be avoided as far as possible. Where
unavoidable, such item description should always be followed by the words “or
substantially equivalent.”
• Technical Specifications shall be fully descriptive of the requirements in respect of, but not
limited to, the following:
(a) Standards of materials and workmanship required for the production and
manufacturing of the Goods.
(b) Any sustainable procurement technical requirements shall be clearly specified.
The sustainable procurement requirements shall be specified to enable evaluation
of such a requirement on a pass/fail basis. To encourage Tenderers’ innovation in
addressing sustainable procurement requirements, as long as the Tender
evaluation criteria specify the mechanism for monetary adjustments for the
purpose of Tender comparisons, Tenderers may be invited to offer Goods that
exceeds the specified minimum sustainable procurement requirements.
(c) Detailed tests required (type and number).
(d) Other additional work and/or Related Services required to achieve full
delivery/completion.
Section VI – Technical Specifications 66
(e) Detailed activities to be performed by the Supplier, and any relevant activities by
the Procurement Entity.
(f) List of detailed functional guarantees covered by the Warranty and the
specification of the liquidated damages to be applied in the event that such
guarantees are not met.
[The TS shall specify all essential technical and performance characteristics and
requirements, including guaranteed or acceptable maximum or minimum values, as
appropriate. Whenever necessary, the Procurement Entity shall include an additional ad-hoc
Tender form (to be an Attachment to the Letter of Tender), where the Tenderer shall provide
detailed information on such technical performance characteristics in respect to the
corresponding acceptable or guaranteed values.]
[When the Procurement Entity requests that the Tenderer provides in its Tender a part or all
of the Technical Specifications, technical schedules, or other technical information, the
Procurement Entity shall specify in detail the nature and extent of the required information
and the manner in which it has to be presented by the Tenderer in its Tender.]
[If a summary of the Technical Specifications (TS) has to be provided, the Procurement Entity
shall insert information in the table below. The Tenderer shall prepare a similar table to justify
compliance with the requirements]
Summary of Technical Specifications. The Goods and Related Services shall comply with
following Technical Specifications and Standards:
Item No Name of Goods or
Related Service
Technical Specifications and Standards
[insert item No] [insert name] [insert TS and Standards]
Detailed Technical Specifications and Standards [insert whenever necessary].
[Insert detailed description of TS]
Section VI – Technical Specifications 67
Drawings
This IFT document includes [insert “the following” or “no”] drawings.
[If documents shall be included, insert the following List of Drawings]
List of Drawings
Drawing No.
Drawing Name
Purpose
Section VI – Technical Specifications 68
Inspections and Tests
The following inspections and tests shall be performed: [insert list of inspections and tests]
Section VII – Framework Agreement Forms
Section VII - Framework Agreement Forms
Contents
Notification to Conclude a Framework Agreement ................................................................ 71
Section VII - Framework Agreement Forms 71
Notification to Conclude a Framework
Agreement
[Use letterhead paper of the Procurement Entity]
[Date]
To: [name and address of successful Tenderer]
Notification to Conclude a Framework Agreement
Framework Agreement No. [insert FWA reference number]
This is to notify you that your Tender dated [insert date] to conclude a Framework
Agreement in relation to the supply of [insert short title for Goods] is hereby accepted by
our Entity.
Please sign, date and return the Framework Agreement within [insert the applicable period for
signing of the FWA in accordance of the ITT] days of receipt of the same.
Authorized Signature:
Name:
Title/position:
Name of Entity:
Telephone:
Email:
Attachment: Framework Agreement
Section VII - Framework Agreement Forms 72
A. Framework Agreement Form
[This form is to be completed by the Procurement Entity in accordance with the instructions
provided in italicized text. The italicized text should be deleted from the final document.
Note: the terminology in relation to the parties to the Framework Agreement changes from
the terminology used in relation to the parties involved in the IFT Primary Procurement
process. In the Primary Procurement process the Procurement Entity is responsible for
establishing the FWA(s). However, the parties to the FWA will be the “Procurement Entity
(ies)” and, where appropriate, a “Lead Procurement Entity” or a “Procurement Agent”
acting on behalf of a Procurement Entity(ies) and responsible for managing and
administering the FWA. In the FWA, the successful Tenderer(s) is called the “Supplier”. This
covers the Supplier’s capacity as both a holder of an FWA and as a Supplier under a Call off
Contract.]
This Framework Agreement [insert reference number of the Framework Agreement] is made
for the supply of [ insert brief description of Goods and services]
on the [insert: number] day of [insert: month], [insert: year]
between
[Select one of the three OPTIONS below]
[OPTION 1: for Single User Framework Agreement]
the Procurement Entity (ies) [insert complete name of the Procurement Entity/ies, the
type of legal entity, (for example, “an Entity of the Ministry of the Government of {insert
name of Country of Procurement Entity/ies}”, or “a corporation incorporated under the
laws of Ghana
[OPTION 2: for a Multi-User Framework Agreement with a Lead Procurement Entity that is
responsible for managing and administering the Framework Agreement, and that is also a
Procurement Entity,]
between
the Lead Procurement Entity [insert complete name of the Lead Procurement Entity,
the type of legal entity, or “a corporation incorporated under the laws of Ghana and
having its principal place of business at [insert Lead Procurement Entity’s address] as a
Procurement Entity in its own right under the framework agreement and as the Entity
responsible for the management and administration of the Framework Agreement for use
by the other participating Procurement Entities listed in Section [insert number] to this
Framework Agreement (Procurement Entity(ies)) and
Section VII - Framework Agreement Forms 73
[OPTION 3: for a Multi-User Framework Agreement with an Entity, that is not a
Procurement Entity, but that is responsible for the management and administration of the
Framework Agreement, for use by the Procurement Entities.]
between
the Procurement Agent [insert complete name of the type of legal entity, or “a
corporation incorporated under the laws of Ghana and having its principal place of
business at [insert Procurement Agent’s address] as the Entity responsible for the
management and administration of the Framework Agreement for use by the participating
Procurement Entity listed in Section [insert number] to this Framework Agreement
(Procurement Entity(ies)) and
the Supplier [insert name of the Supplier], a corporation incorporated under the laws of
[insert country of Supplier] and having its principal place of business at [insert Supplier’s
address] (Supplier).
This Framework Agreement is subject to the provisions described in the Sections listed below,
and any amendments.
This Framework Agreement concludes a standing offer by the Supplier to supply the specified
Goods to the Procurement Entity(ies) during the Term of the Framework Agreement, as and
when the Procurement Entity(ies) wishes to procure them, through a Call-off Contract.
The following documents shall be deemed to form and be read and construed as part of this
Framework Agreement and, where indicated, to any Call-off Contract awarded under this
Framework Agreement.
Section VIII: Framework Agreement General Provisions
Section IX: Framework Agreement Specific Provisions
Section X: List of Procurement Entities (if applicable)
IN WITNESS whereof, the Parties to this Framework Agreement have caused this Framework
Agreement to be executed in accordance with the laws of [insert the name of the Framework
Agreement governing law country] on the day, month and year indicated above.
[Select one of the three options below]
[OPTION 1: for Single User Framework Agreement]
“For and on behalf of the Procurement Entity:”
[OPTION 2: for a Multi-User Framework Agreement with a Lead Procurement Entity that is
responsible for managing and administering the Framework Agreement, and that is also a
Procurement Entity]
Section VII - Framework Agreement Forms 74
“For and on behalf of the Lead Procurement Entity:”
[OPTION 3: - for a Multi-User Framework Agreement with an Entity, that is not a
Procurement Entity, but that is responsible for the management and administration of the
Framework Agreement, for use by the participating Procurement Entities.
“For and on behalf of the Procurement Agent”
Signed: [insert signature]
Full name: [name of person signing]
Entity: [insert the name of Entity]
In the capacity of: [insert title or other appropriate designation]
In the presence of [insert identification of official witness]
For and on behalf of the Supplier:
Signed: [insert signature of authorized representative(s) of the Supplier]
Full name: [name of person signing]
In the capacity of: [insert title or other appropriate designation]
In the presence of [insert identification official of witness]
Section VIII: Framework Agreement General Provisions 75
Section VIII: Framework Agreement
General Provisions (FWAGP) [the following text must not be modified by the Procurement Entity.]
Table of Provisions
1 Definitions......................................................................................................................... 76
2 Framework Agreement Documents .................................................................................. 78
3 Supplier’s obligations ....................................................................................................... 78
4 Continued Qualification and Eligibility ............................................................................ 79
5 Term .................................................................................................................................. 79
6 Representative ................................................................................................................... 80
7 Role of Lead Procurement Entity or Procurement Agent ................................................. 80
8 Contract Price.................................................................................................................... 80
9 Performance Security ........................................................................................................ 80
10 Language ........................................................................................................................... 80
11 Notices .............................................................................................................................. 81
12 Fraud and Corruption ........................................................................................................ 81
13 Confidential Information .................................................................................................. 81
14 Governing Law ................................................................................................................. 82
15 Change to the Framework Agreement .............................................................................. 82
16 Termination of the Framework Agreement ...................................................................... 82
17 Consequence of expiry or termination .............................................................................. 82
18 Dispute resolution in relation to this Framework Agreement ........................................... 82
19 Dispute resolution in relation to Call-off Contracts .......................................................... 83
Section VIII: Framework Agreement General Provisions 76
Section VIII
Framework Agreement General Provisions
(FWAGP)
1 Definitions
1.1 The following words and expressions shall have the meanings
hereby assigned to them
(a) “Base Price” is the Framework Agreement (FWA) unit
price prior to any price adjustment in accordance with FWA
Specific Provision FWAGP 8.1.
(b) “Business Day” is any day that is an official working day of
the Procurement Entity. It excludes the Procurement
Entity’s official public holidays.
(c) “Call-off Contract” is a contract awarded under a
Framework Agreement, through a Secondary Procurement
process, for the supply of Goods, and any Related Services.
(d) “Closed Framework Agreement” is where no new firm(s)
may conclude Framework Agreement(s) during the Term of
the Framework Agreement.
(e) “Commencement Date” is the date this Framework
Agreement is signed by both parties, being the
commencement of the Term.
(f) “Contract Price” is the price payable to the Supplier as
specified in the Call-off Contract, subject to such additions
and adjustments thereto or deductions therefrom, as may be
made pursuant to the Contract.
(g) “Day” means calendar day.
(h) “Goods” means all goods, materials, items, commodities,
raw material, machinery, equipment, and/or other materials,
as specified in the FWA Specific Provisions, that the
Supplier is required to supply to the Procurement Entity
under a Call-off Contract. Where appropriate, for the
purpose of interpretation, the definition for Goods includes
Related Services.
(i) “In Writing” means communicated or recorded in written
form. It includes, for example: mail, e-mail, or
communication through an electronic procurement system
Section VIII: Framework Agreement General Provisions 77
(provided that the electronic system is accessible, secure,
ensures integrity and confidentiality, and has sufficient audit
trail features).
(j) “Incoterms” means the international commercial terms for
goods published by the International Chamber of Commerce
(ICC).
(k) “Lead Procurement Entity”, when named in the
Framework Agreement, means a party to the Framework
Agreement, as a Procurement Entity in its own right under
the framework agreement and as the Entity responsible for
the management and administration of the Framework
Agreement for use by the other participating Procurement
Entities as specified in the FWA Specific Provisions. All
communications, including notices, in relation to the
Framework Agreement, are to be addressed to the Lead
Procurement Entity. All communications, including notices,
in relation to a Call-off Contract, are to be addressed to the
Procurement Entity named in the Call-off Contract.
(l) “Multi-User Framework Agreement” means a
Framework Agreement where there is more than one
Procurement Entity permitted to Procurement Entity
through a Call-off Contract, as specified in the FWA
Specific Provisions;
(m) “Procurement Agent”, when named in the Framework
Agreement, is a party to the Framework Agreement, but
only in its capacity as the Entity responsible for managing
and administering the Framework Agreement for use by the
participating Procurement Entities. All communications,
including notices, in relation to the Framework Agreement,
are to be addressed to the Procurement Agent.
(n) “Procurement Entity” is the Entity(ies) that is/are
permitted to procure Goods from a Supplier under a Call-off
Contract awarded through a Framework Agreement. Where
appropriate, for the purpose of interpretation of the
Framework Agreement, the term Procurement Entity
includes Lead Procurement Entity, or Procurement Agent.
(o) “Related Services” means the services incidental to the
supply of the Goods, such as insurance, installation,
training, initial maintenance and other such obligations of
the Supplier, excluding inland transportation and other
services required in Ghana to convey the Goods to their final
destination.
Section VIII: Framework Agreement General Provisions 78
(p) “Secondary Procurement” is the method used to select a
Supplier and award a Call-off Contract under this
Framework Agreement.
(q) “Single-User Framework Agreement” means a
Framework Agreement where there is only one Procurement
Entity, as specified in the FWA Specific Provisions.
(r) “Supplier” means the person, private or government entity, or
a combination of the above, who has concluded a Framework
Agreement to supply to a Procurement Entity, from time to
time, and as and when required, the Goods, and, if
applicable, Related Services, under a Call-off Contract.
(s) “Term” means the duration of this Framework Agreement
as described in the FWA Specific Provisions starting on the
Commencement Date.
2 Framework
Agreement
Documents
2.1 This Framework Agreement (FWA) shall be read as a whole.
Where a document is incorporated by reference into this
Framework Agreement, it shall be deemed to form, and be read and
construed, as part of this Framework Agreement.
2.2 This Framework Agreement comprises the documents specified in
the FWA Specific Provisions.
3 Supplier’s
obligations
3.1 The Supplier shall offer to supply (standing offer) to the
Procurement Entity, the Goods, including any Related Services if
applicable, described in the Framework Agreement: Schedule of
Requirements, for the Term of this Framework Agreement, in
accordance with the terms and conditions stipulated in this
Framework Agreement.
3.2 During the Term of the Framework Agreement, the Supplier shall
continue to be eligible and qualified, and the Goods shall continue
to be eligible, as per the qualification and eligibility criteria
stipulated in the Primary Procurement process and the provisions
of sub-paragraphs 3a. to 3c. below The Supplier shall notify the
Procurement Entity immediately, in writing, if it ceases to be
qualified and/or ceases to be eligible, or the Goods cease to be
eligible.
3.3 The Supplier undertakes to supply the Goods under a Call-off
Contract. The Goods supplied shall be:
(a) of the quality, type and as otherwise specified in the
Framework Agreement, Section V: Schedule of
Requirements,
Section VIII: Framework Agreement General Provisions 79
(b) at the Contract Price specified in the Call-off Contract, and
(c) in such quantities, at such times and to such locations as
specified in the Call-off Contract.
3.4 If specified in the FWA Specific Provisions, at any point during
Term of the Framework Agreement should technological advances
be introduced by the Supplier for the Goods originally offered by
the Supplier in its Tender and still to be delivered, the Supplier shall
offer to the Procurement Entity(ies) of the Call-off Contracts the
latest versions of the available Goods having equal or better
performance or functionality at no additional cost to the
Procurement Entity(ies).
3.5 The Supplier agrees that the Call-off Contract General Conditions
of Contract set out in the Framework Agreement, and Call-off
Contract Special Conditions of Contract set out in a Call-off
Contract, shall apply to the supply of Goods.
4 Continued
Qualification
and Eligibility
4.1 The Supplier shall continue to have the nationality of an eligible
country as specified in the FWA Specific Provisions. A Supplier
or subcontractor shall be deemed to have the nationality of a
country if the Tenderer is constituted, incorporated or registered in,
and operates in conformity with, the provisions of the laws of that
country, as evidenced by its articles of incorporation (or equivalent
documents of constitution or association) and its registration
documents, as the case may be.
4.2 All Goods and Related Services to be supplied under a Call-off
Contract shall continue to have their origin in eligible Countries as
specified in the FWA Specific Provisions. For the purpose of this
provision, origin means the country where the Goods have been
grown, mined, cultivated, produced, manufactured, or processed;
or through manufacture, processing, or assembly, another
commercially recognized article results that differs substantially in
its basic characteristics from its components. ineligible Countries,
if any, are listed in the FWA Specific Provisions.
4.3 The Procurement Entity may require, during the Term of the
Framework Agreement, evidence of the Supplier’s continued
qualification and eligibility, and the Goods continued eligibility.
Failure to provide such evidence, as requested, may result in the
Supplier being disqualified from participating in a Secondary
Procurement process, and/or being awarded a Call-off Contract,
and/or the termination of the Framework Agreement.
5 Term 5.1 This Framework Agreement shall commence on the
Commencement Date and, unless terminated earlier in accordance
with the provisions of this Framework Agreement, or the general
Section VIII: Framework Agreement General Provisions 80
law, shall continue until the end of the Term specified in the FWA
Specific Provisions.
6 Representative
6.1 The representatives for each party, who shall be the primary point
of contact for the other party in relation to matters arising from this
Framework Agreement, are specified in the FWA Specific
Provisions. Should the representative be replaced, the party
replacing the representative shall promptly inform the other party
In Writing of the name and contact details of the new
representative. Any representative appointed shall be authorized to
make decisions on the day to day operation of the Framework
Agreement.
7 Role of Lead
Procurement
Entity or
Procurement
Agent
7.1 Where there is a Lead Procurement Entity or Procurement Agent
that is a party to the Framework Agreement, their role is to manage
and administer the Framework Agreement(s) for use by the
participating Procurement Entity (ies). All communications,
including notices, in relation to the Framework Agreement are to
be made to the Lead Procurement Entity or Procurement Agent.
The Lead Procurement Entity or Procurement Agent is responsible
for all matters pertaining to the Framework Agreement including,
for example, amendments, suspension and termination of the
Framework Agreement. For matters relating to individual Call-off
Contracts, all communications, including notices, must be made to
the Procurement Entity named in the Call-off Contract.
7.2 Where no Lead Procurement Entity or Procurement Agent has been
appointed, the named Procurement Entity is responsible for
managing and administering the Framework Agreement and the
provisions in FWAGP 6.1 above, in relation to communications
and notices etc., apply to the Procurement Entity.
8 Contract Price
8.1 The Contract Price for each Call-off Contract shall be determined
as specified in the FWA Specific Provisions.
9 Performance
Security
9.1 The Procurement Entity may require a Performance Security from
the Supplier in relation to the performance of a specific Call-off
Contract. In this event, the Supplier shall comply with the relevant
provisions relating to Performance Security contained in the Call-
off Contract Special Conditions of Contract.
10 Language
10.1 This Framework Agreement, and any Call-off Contract, as well as
all correspondence and documents relating to this Framework
Agreement, and any Call-off Contract, exchanged by the
Procurement Entity and Supplier, shall be written in English
Section VIII: Framework Agreement General Provisions 81
11 Notices
11.1 Any notice given by one party to the other pursuant to this
Framework Agreement shall be In Writing to the address specified
in the FWA Specific Provisions. A notice shall be effective when
delivered, or on the notice’s effective date, whichever is later.
12 Fraud and
Corruption
12.1 The Government of the Republic of Ghana requires that Tenderers
under the contracts financed from public funds, observe the highest
standard of ethics during the procurement and execution of such
contracts. In pursuance of this policy, the following terms shall be
interpreted as indicated:
a. “corrupt practice” means the offering, giving, receiving or
soliciting of anything of value to influence the action of a
public official in the procurement process or in contract
execution; and
b. “fraudulent practice” means a misrepresentation of facts in
order to influence a procurement process or the execution of a
contract, and includes collusive practice among Tenderers
(prior to or after Tender submission) designed to establish
Tender prices at artificial non-competitive levels and to deprive
the benefits of free and open competition;
12.2 The Procurement Entity will reject a proposal for award if it
determines that the Tenderer recommended for award has engaged
in corrupt or fraudulent practices in competing for the contract in
question;
13 Confidential
Information
13.1 The Procurement Entity and the Supplier shall keep confidential
and shall not, without the consent In Writing from the other,
divulge to any third party any documents, data, or other information
furnished directly or indirectly by either party in connection with
the Framework Agreement.
13.2 The obligation of a party under FWAGP 13. 1. above, shall not
apply to information that:
(a) now, or in future, enters the public domain through no fault
of that party
(b) can be proven to have been possessed by that party at the
time of disclosure and which was not previously obtained,
directly or indirectly, from the other party
(c) otherwise lawfully becomes available to that party from a
third party that has no obligation of confidentiality.
Section VIII: Framework Agreement General Provisions 82
14 Governing
Law
14.1 This Framework Agreement, and any Call-off Contract, shall be
governed by, and interpreted in accordance with, the laws of
Ghana, unless otherwise specified in the FWA Specific
Provisions, or the Special Conditions of Contract as set out in any
Call-off Contract.
15 Change to the
Framework
Agreement
15.1 Any change to this Framework Agreement, including an extension
of the Term, must be In Writing and signed by both Parties. A
change can be made at any time after this Framework Agreement
has been signed by both Parties, and before it expires.
16 Termination
of the
Framework
Agreement
16.1 The Procurement Entity, without prejudice to any other remedy for
breach of the Framework Agreement, may terminate this
Framework Agreement immediately, by notice In Writing to the
Supplier, if:
(a) in the judgement of the Procurement Entity, the Supplier has
engaged in Fraud and Corruption, or
(b) during the Term of the Framework Agreement, the Supplier
ceases to be qualified or eligible as per FWAGP 4. or
(c) the Supplier purports to assign, or otherwise transfer or
dispose of this Framework Agreement, in whole, or in part,
without the prior written consent of the Procurement
Entity/Lead Entity/Procurement Agent, or
(d) the Supplier becomes bankrupt or otherwise insolvent.
16.2 The Procurement Entity/Lead Entity/Procurement Agent may
terminate this Framework Agreement, in whole or in part, by notice
In Writing sent to the Supplier, at any time, for its convenience. The
notice of termination shall specify that the termination is for the
Procurement Entity/Lead Entity/Procurement Agent’s
convenience, the extent to which the performance of the supplier
under the Framework Agreement is terminated, and the date upon
which such termination becomes effective.
17 Consequence
of expiry or
termination
17.1 Upon expiry, or earlier termination of this Framework Agreement,
all Call-off Contracts entered into under this Framework
Agreement shall continue in full force and effect unless otherwise
terminated under the Call-off Contract General or Specific
Conditions of Contract. However, no further Call off Contracts
shall be awarded once the Framework Agreement is terminated.
18 Dispute
resolution in
relation to this
18.1 In the case of a dispute arising out of, or in connection with this
Framework Agreement, the Parties shall, in good faith, make every
Section VIII: Framework Agreement General Provisions 83
Framework
Agreement
reasonable effort to communicate and cooperate with each other
with a view to amicably resolving the dispute.
18.2 Where parties have exhausted the process described in FWAGP
19.1, the parties may, by mutual agreement, nominate and refer the
dispute to an adjudicator/mediator to assist in the resolution of the
dispute. Parties will meet their own costs associated with such a
referral and split the costs of the adjudicator/mediator. In
appointing the adjudicator/mediator parties should agree whether
or not the adjudicator’s/mediator’s decision is to be final and
binding.
19 Dispute
resolution in
relation to
Call-off
Contracts
19.1 The Procurement Entity/Lead Entity/Procurement Agent and the
Supplier for a Call-off Contract shall make every effort to resolve
amicably by direct informal negotiation any disagreement or
dispute arising between them under or in connection with the
Contract.
19.2 If, after twenty-eight (28) days, the parties have failed to resolve
their dispute or difference by such mutual consultation, then either
the Procurement Entity/Lead Entity/Procurement Agent or the
Supplier may give notice to the other party of its intention to
commence arbitration, as hereinafter provided, as to the matter in
dispute, and no arbitration in respect of this matter may be
commenced unless such notice is given. Any dispute or difference
in respect of which a notice of intention to commence arbitration
has been given in accordance with this provision shall be finally
settled by arbitration. Arbitration may be commenced prior to or
after delivery of the Goods under the Contract. Arbitration
proceedings shall be conducted in accordance with the rules of
procedure specified in the FWA Specific Provisions.
19.3 Notwithstanding any reference to arbitration herein,
(a) the parties shall continue to perform their respective
obligations under the Contract unless they otherwise agree;
and
(b) the Procurement Entity/Lead Entity/Procurement Agent
shall pay the Supplier any monies due the Supplier.
Section IX: Framework Agreement Specific Provisions 84
Section IX: Framework Agreement Specific
Provisions The following Framework Agreement Specific Provisions (FWASP) shall supplement and/or
amend the Framework Agreement General Provisions (FWAGP). Whenever there is a conflict
between the FWAGP and FWASP, the provisions of the FWASP shall prevail.
[This section is to be completed by the Purchasing Entity as per the instructions provided in
italicized text. The italicized text should be deleted from the final document.]
Framework
Agreement
General
Provision
Description
FWAGP 1.1 (i)
Goods
This Framework Agreement relates to the Procurement Entity/Lead
Entity/Procurement Agent and supply, under a separate Call-off
Contract, of [insert short title that describes the type of Goods, and any
Related Services]. The Goods, and Related Services, are more fully
described in Section V: Schedule of Requirements including, where
applicable: list of Goods, list of Related Services and Section VI:
Technical Specifications, Drawings and Inspections and Tests.
FWAGP 1.1 (l),
(m) & (s)
Single/Multi-
User
[state either “This is a Single-User Framework Agreement.” or “This is a
Multi-User Framework Agreement. All participating Procurement
Entities/Lead Entities/Procurement Agents are listed at [insert Section
number]”]
FWAGP 2.2
Framework
Agreement
Documents
This Framework Agreement comprises the following documents.:
a. Framework Agreement, including all Sections,
b. Notice of Conclusion of a Framework Agreement, and
c. Letter of Tender (from Primary Procurement process)
FWAGP 3.4
Supplier’s
Obligations
[For rapidly changing technologies such as information systems
(computers, software, communication technology etc.) specify that this
requirement applies.]
FWAGP 4.
Eligibility
At the present time, firms, goods and services from the following
countries are excluded from this Framework Agreement as being
ineligible.
Section IX: Framework Agreement Specific Provisions 85
[[insert a list of the countries following approval by PPA to apply
the restriction or state “none”].]
FWAGP 5.1
Term
The Term of this Framework Agreement is [enter number of years]
years. [NOTE: the maximum Term permissible is 3 years] from the
Commencement Date.
FWAGP 6.1
Representatives
Procurement Entity’s Representatives
Selection one of the following OPTIONS
OPTION 1: for a Single-User Framework Agreement use the following
text]
The name and contact details of the Procurement Entity’s
Representative under this Framework Agreement, and the address
for notices in relation to this Framework Agreement, are:
Name:
Title/position:
Address:
Phone:
Mobile:
E-mail:
OR
[OPTION 2: for a Multi-User Framework Agreement with a Lead
Procurement Entity that is responsible for managing and administering
the Framework Agreement and is also a Procurement Entity insert the
name of the Lead Procurement Entity’s Representative and list all other
participating Procurement Entities’ Representatives:]
The name and contact details of the Lead Procurement Entity under
this Framework Agreement, and the address for notices in relation
to this Framework Agreement, are:
Name:
Title/position:
Address:
Phone:
Mobile:
Section IX: Framework Agreement Specific Provisions 86
E-mail:
The Representatives for all other participating Procurement Entities
are listed in Section [insert number] to this Framework Agreement.
OR
[OPTION 3: for a Multi-User Framework Agreement concluded by a
central purchasing authority (that is not also a Procurement Entity)
insert the following]
The name and contact details of the Procurement Agent under this
Framework Agreement, and the address for notices in relation to
this Framework Agreement, are:
Name:
Title/position:
Address:
Phone:
Mobile:
E-mail:
The Representatives for all participating Procurement Entities are
listed in Section [insert number] to this Framework Agreement.
FWAGP 6.1
Representatives
Supplier’s Representatives
The name and contact details of the Supplier’s Representative, for
the purposes of this Framework Agreement, and the address for
notices in relation to this Framework Agreement are:
Name:
Title/position:
Address:
Phone:
Mobile:
E-mail:
FWAGP 8.1
Contract Price
The Contract Price that will apply to the Procurement Entity under a
Call-off Contract shall be: [modify as appropriate]
For Direct Selection:
the Base Price stipulated in the Framework Agreement, subject to
provisions below.
Section IX: Framework Agreement Specific Provisions 87
or
For Mini-competition:
the successful competitive quotation subject to the provisions below.
and
any additional price for inland transportation and other services not
included in the Base Price required in Ghana to convey the Goods to
their final destination specified in RFQ.
FWAGP 8.1
Contract Price
Adjustments to the Base Price
[Select one of the two options]
[OPTION 1:
“The Base Price offered by the Supplier, as stipulated in the FWA, or the price
offered after mini-competition, shall apply to the Call-off Contract. The Base
Price shall not be subject to any price adjustment during a Secondary
Procurement, and/or an award of a Call-off Contract.”]
OR
[OPTION 2:
“The Base Price shall be subject to an adjustment as follows:
For Call-off Contracts awarded through a Secondary Procurement method
involving direct selection, (i.e. not awarded through a mini-competition), the
price adjustment below shall be applied to that Supplier’s Base Price to
determine the Call-off Contract Price.
Where a price adjustment applies, it shall be calculated as follows:
P1 = P0 [a + bCPI1 + cFE1] - P0
CPI0 FE0
a+b+c = 1
in which:
P1 = Call-off Contract Price.
P0 = Base Price, as described in the Framework Agreement.
a = fixed element representing profits and overheads included in
the Contract Price.
b = estimated percentage of Consumer Price Index component in
the Contract Price.
c = estimated percentage of Foreign component in the Contract
Price.
Section IX: Framework Agreement Specific Provisions 88
CPI0, CPI1 = Consumer Price indices published by the Ghana Statistical
Service applicable for goods and services in Ghana on the base
date and date for adjustment, respectively.
FE0, FE1 = Foreign currency exchange rate between the Ghana Cedi and
United States Dollars, published by the Bank of Ghana on the
base date and date for adjustment, respectively.
The coefficients are as follows:
a = [insert value of coefficient; generally, in the range of 5 to 20 percent]
b = [insert value of coefficient. Recommended range of 5 to 80 percent]
c = [insert value of coefficient. Recommended range of 5 to 80 percent]
Base date = the date twenty-eight (28) days prior to the deadline for
submission of the Tenders in the Primary Procurement process
Date of adjustment = the date of the formation of the Call-off Contract
FWAGP 3.1 &
8.1
Contract Price
if after the date of 28 days prior to date of Tender submission, any law,
regulation, ordinance, order or bylaw having the force of law is enacted,
promulgated, abrogated, or changed in Ghana where the Project Site is
located (which shall be deemed to include any change in interpretation or
application by the competent authorities) that subsequently affects the
Delivery Period and/or the Base Price, then such Delivery Period and/or
Base Price shall be correspondingly increased or decreased, to the extent
that the Supplier has thereby been affected in the performance of any of
its obligations under the Framework Agreement. Notwithstanding the
foregoing, such additional or reduced cost shall not be separately paid or
credited if the same has already been accounted for in the price
adjustment provisions where applicable, in accordance with FWAGP
8.1.
FWAGP 20.2
Dispute
Resolution in
relation to
Call-off
Contract.
The rules of procedure for arbitration proceedings shall be as follows:
a. [describe the proceedings that are to apply e.g.]
The Procurement Entity/Lead Entity/Procurement Agent and the
Supplier shall make every effort to resolve amicably by direct informal
negotiation any disagreement or dispute arising between them under or
in connection with the Contract.
If, after twenty-eight (28) days from the commencement of such
informal negotiations, the Procurement Entity/Lead Entity/Procurement
Agent and the Supplier have been unable to resolve amicably a Contract
dispute, either party may require that the dispute be referred for
resolution to the formal mechanisms specified in the Special Conditions
of Contract. These mechanisms may include, but are not restricted to,
conciliation mediated by a third party, adjudication in an agreed national
or international forum, and/or national and international arbitration.
Section XI: Secondary Procurement Methods 89
PART 2: Secondary Procurement This Section contains the methods and the criteria that the Procurement Entity/Lead
Entity/Procurement Agent shall use to conduct a Secondary Procurement process to select a
Supplier and award a Call-off Contract under this Framework Agreement. No other factors,
methods or criteria shall be used other than specified in this IFT document for the Secondary
Procurement process.
[The Procurement Entity/Lead Entity/Procurement Agent shall select the criteria deemed
appropriate for the Secondary Procurement process, using the samples text provided below or
other acceptable wording, and delete the text in italics.
The Secondary Procurement methodology(ies) to be described in this Section must be consistent
with the Secondary Procurement method(s) set out in the Invitation for Tenders which resulted in
the conclusion of the Framework Agreement.]
Section XI: Secondary Procurement Methods 90
Section XI
1. Secondary Procurement Method(s)
The Secondary Procurement method(s) that apply to the selection of a Supplier for the award of a
Call-off Contract under this Framework Agreement [is/are] [insert the types of the Secondary
Procurement Method(s) that apply. This may include methods used as examples below, or any
other method(s) approved by PPA.]:
(i) competitive quotations through mini-competition,
(ii) direct selection based on location, and
(iii) direct selection based on balanced division of supply.
(iv) [add any other applicable method]
The procedure for the application of the procurement methods outlined under paragraph 1 above
are the following.
1.1 Competitive quotations (mini-competition) [delete if not applicable as per paragraph 1
above]
The Procurement Entity/Lead Entity/Procurement Agent will prepare a Request for
Quotation (RFQ) and invite all eligible Suppliers holding a Framework Agreement that
includes the Goods to be procured under the Call-off contract, to submit competitive
quotations.
The RFQ will include:
(a) the Goods, and any Related Services, to be delivered
(b) delivery location(s)
(c) delivery date(s) or schedule
(d) quantity
(e) any additional requirement for inland transportation and other services in Ghana to
convey the Goods to their final destination specified in RFQ not included in the Base
Price,
(f) details of any inspections or tests that are additional to those described in the
Framework Agreement
(g) the criteria to be applied to the evaluation of quotations
(h) the award criteria, e.g.: The Procurement Entity/Lead Entity/Procurement Agent
shall award the Call-off Contract to the Supplier whose Tender(s) has been
determined to be substantially responsive to the RFQ; and the lowest evaluated cost.
(i) deadline for submission of quotations
(j) reference the Call-off Contract Terms and Conditions of supply, which are to apply
to the procurement
(k) request to Suppliers to demonstrate that they continue to be eligible and qualified to
supply the Goods
(l) any other relevant information.
Section XI: Secondary Procurement Methods 91
Suppliers are not permitted to quote a price, excluding any additional price for inland
transportation and other services required in Ghana to convey the Goods to their final
destination specified in RFQ not included in the Base Price, that is higher than the Base
Price stated in the Framework Agreement, or as adjusted by the agreed price adjustment
formula, if applicable and any changes in any Laws and Regulations in accordance with
FWAGP 14.1
1.2 Direct selection based on location [delete if not applicable as per paragraph 1 above]
The Procurement Entity/Lead Entity/Procurement Agent will select an eligible Supplier
holding a Framework Agreement, to deliver the Goods, based on which Supplier is best able
to deliver the Goods, and any Related Services, based on the location where the Goods are
to be supplied.
The Procurement Entity/Lead Entity/Procurement Agent will issue a Call-off Contract using
the prices/pricing mechanism set out in the Framework Agreement, or as adjusted by the
agreed price adjustment formula, if applicable and any changes in any Laws and Regulations
in accordance with FWAGP 14.1.
The Procurement Entity/Lead Entity/Procurement Agent will request the Supplier and
include in the Call-off Contract Price the prices for any additional inland transportation and
other related services, not included in the Base Price, in Ghana to convey the Goods to their
final destination.
1.3 Direct selection based on balanced division of supply [delete if not applicable as per
paragraph 1 above]
The Procurement Entity/Lead Entity/Procurement Agent will rotate the award of Call-of
Contracts amongst all eligible Suppliers holding a Framework Agreement, based on a
balanced division of supply linked to an upper limit. The upper limit is: [insert upper limit
in value or quantity].
The first Call-off Contract(s) will be awarded to the Supplier whose Framework Agreement
has the lowest evaluated cost. The first Supplier will continue to be awarded Call-off
Contracts until the total value/quantity of all Call-off Contracts awarded reaches the upper
value/quantity limit.
A second supplier, whose Framework Agreement has the second lowest evaluated cost, will
then be awarded the subsequent Call-off Contracts until the total value/quantity of all Call-
off Contracts awarded reaches the upper value/quantity limit. And so on.
The Procurement Entity/Lead Entity/Procurement Agent will issue a Call-off Contract using
the prices/pricing mechanism set out in the Framework Agreement, or as adjusted by the
agreed price adjustment formula, if applicable and any changes in any Laws and Regulations
in accordance with FWAGP 14.1.
The Procurement Entity/Lead Entity/Procurement Agent will request the Suppliers and
include in the Call-off Contract Price the prices for any additional inland transportation and
other related services, not included in the Base Price, in Ghana to convey the Goods to their
final destination. [add any other applicable method]
Section XII: Formation of Call-off Contract 92
SECTION XII
2. Formation of Call-off Contract
The Procurement Entity/Lead Entity/Procurement Agent shall confirm that the selected Supplier
continues to be qualified and eligible in accordance with Framework Agreement prior to the
formation of the Call-off Contract. The Call-off Contract is formed when one of the following
conditions are met depending on the method of selection used for the Secondary procurement.
[Describe the procedure(s) that applies to the formation of the Call-off Contract. Be specific
e.g.]
2.1 For competitive quotations through mini-competition using a Request for Quotation,
the Call-off contract if formed when: [select one of the three Options]
OPTION 1
“the Procurement Entity/Lead Entity/Procurement Agent issues, the Letter of Award
of Call-off Contract to the successful Supplier.” [add if applicable: “Following the
formation of contract, through offer and acceptance, the Procurement Entity/Lead
Entity/Procurement Agent and Supplier shall sign a Call-off Contract as per the form
contained in the Framework Agreement.”] OR
OPTION 2
“the Procurement Entity/Lead Entity/Procurement Agent transmits, to the successful
Supplier, a Call-off Contract for signature and return, and the Call-off Contract is
signed by both the Procurement Entity/Lead Entity/Procurement Agent and the
Supplier. The date that the Call-off Contract is formed, is the date that the last
signature is executed.”
OPTION 3
“the Procurement Entity/Lead Entity/Procurement Agent transmits, to the successful
Supplier, a Procurement Entity/Lead Entity/Procurement Agent order for the Goods
and the supplier accepts the order.” (describe how this will happen, e.g. through
return email, signed Procurement Entity/Lead Entity/Procurement Agent Order,
etc.).
2.2 For direct selection based on location or balanced division of supply, the Call-off
contract is formed when the Procurement Entity/Lead Entity/Procurement Agent
transmits, to the successful Supplier, a Call-off Contract for signature and return, and the
Call-off Contract is signed by both the Procurement Entity/Lead Entity/Procurement
Agent and the Supplier. The date that the Call-off Contract is formed, is the date that the
last signature is executed, or the date agreed by the parties.
Section XIII: Communication and Award of Call-off Contract 93
SECTION XIII
3. Communication and Award of Call-off Contract
[Describe the process to announce the award of a Call-off Contract e.g.]
The Procurement Entity/Lead Entity/Procurement Agent shall, at the same time as awarding the
contract, communicate the award of the Call-off Contract in the case of:
a. Direct Selection to all FWA Suppliers for the items included in the Call-off Contract.
b. selection based on competitive quotations (through mini-competition) to all Suppliers
invited to submit quotations.
The communication must be by the quickest means possible, e.g. by email, and include, as a
minimum, the following information:
c. the name and address of the successful Supplier
d. the quantity/volume of Goods being procured
e. the contract price
f. a statement of the reason(s) the recipient Supplier was unsuccessful.
Section XIV: Complaint About Award of Call-off Contract 94
Section XIV
4. Complaint About Award of Call-off Contract
An unsuccessful Supplier may complain about the decision to award a Call-off Contract. In this
case the process for making a complaint will be in accordance with the provisions in the Public
Procurement Act, 2003 (Act 663), as amended.
Section XV: Call-off Contract General Conditions of Contract 95
SECTION XV: Call-off Contract General
Conditions of Contract
Table of Clauses
1. Definitions............................................................................................................................. 97
2. Application ............................................................................................................................ 98
3. Country of Origin .................................................................................................................. 98
4. Standards ............................................................................................................................... 98
5. Use of Contract Documents and Information ....................................................................... 99
6. Patent Rights ......................................................................................................................... 99
7. Performance Security ............................................................................................................ 99
8. Inspections and Tests .......................................................................................................... 100
9. Packing ................................................................................................................................ 101
10. Delivery and Transfer of Risk ......................................................................................... 101
11. Insurance ......................................................................................................................... 102
12. Transportation ................................................................................................................. 102
13. Incidental Services .......................................................................................................... 103
14. Spare Parts ...................................................................................................................... 103
15. Warranty ......................................................................................................................... 104
16. Payment........................................................................................................................... 105
17. Prices ............................................................................................................................... 105
Section XV: Call-off Contract General Conditions of Contract 96
18. Change Orders ................................................................................................................ 105
19. Contract Amendments .................................................................................................... 106
20. Assignment ..................................................................................................................... 106
21. Subcontracts .................................................................................................................... 106
22. Delays in the Supplier’s Performance............................................................................. 106
23. Liquidated Damages ....................................................................................................... 107
24. Termination for Default .................................................................................................. 107
25. Force Majeure ................................................................................................................. 108
26. Termination for Insolvency ............................................................................................. 109
27. Termination for Convenience ......................................................................................... 109
28. Resolution of Disputes .................................................................................................... 110
29. Governing Language ....................................................................................................... 110
30. Applicable Law ............................................................................................................... 110
31. Notices ............................................................................................................................ 110
32. Taxes and Duties ............................................................................................................. 110
Section XV: Call-off Contract General Conditions of Contract 97
Call-off Contract
General Conditions of Contract (GCC)
1. Definitions 1.1 In this contract, the following terms shall be interpreted as
indicated:
a. “The Contract” means the agreement entered into between
the Procurement Entity and the Supplier, as recorded in
the Contract Form signed by the parties, including all
attachments and appendices thereto and all documents
incorporated by reference therein;
b. “The Contract Price” means the price payable to the
Supplier under the contract for the full and proper
performance of its contractual obligation;
c. “The Goods” means equipment, machinery, related
Accessories, spare-parts and/or other materials which
the Supplier is required to supply to the Procurement
Entity under the contract;
d. “The Services” means services ancillary to the supply of
the goods such as transportation and insurance and any
other incidental services, such as installation,
commissioning, the operational and maintenance
training of the supplied equipment and other such
obligations of the supplier covered under the Contract.
e. “The Procurement Entity” means the Procurement Entity
of the Republic of Ghana purchasing the goods.
f. “The Supplier” means the individual or organization
supplying the goods and services under this contract.
g. “The Procurement Entity’s Country” is Ghana.
h. “The Delivery Site” where applicable, means the place or
places where supply of goods to deliver and
performance of services to be complete.
i. “Day” means calendar day.
j. “Public funds” include:
Section XV: Call-off Contract General Conditions of Contract 98
(i) funds from government budget, Metropolitan
Assembly budgets, Municipal Assembly budgets
or District Assembly budgets;
(ii) funds from government Foundations;
(iii) funds from government Trust Funds;
(iv) funds from domestic loans and foreign loans
taken or guaranteed by government;
(v) funds from state foreign aid;
(vi) revenue received from the economic activity of
state or local government agencies or other legal
persons in public law financed from the
Government budget, Metropolitan Assembly
budgets, District Assembly budgets or
Government foundations;
2. Application
2.1 These General Conditions shall apply to the extent that they
are not superseded by provisions in other parts of the
contract.
3. Country of
Origin
3.1 All goods and services supplied under the contract shall have
their origin in Ghana or in eligible countries as specified in
Special Condition of Contract.
3.2 For purposes of this clause “origin” means the place where
the goods are mined, grown, produced or manufactured, or
from which the Services are supplied. Goods are produced
when, through manufacturing, processing, or substantial and
major assembly of components, a commercially recognized
new product results that is substantially different in basic
characteristics or in purpose or utility from its components.
3.3 The origin of Goods and Services is distinct from the
nationality of the Supplier.
4. Standards 4.1 The Goods supplied under this Contract shall conform to the
standards mentioned in the Technical Specifications, and,
when no applicable standard is mentioned, to the
authoritative standards appropriate to the Goods’ country of
origin, such standards shall be the latest issued by the
concerned institution.
Section XV: Call-off Contract General Conditions of Contract 99
4.2 Wherever reference is made in the Technical Specifications
to specific standards and codes to be met by the goods and
materials to be furnished or tested, the provisions of the
latest current edition or revision of the relevant shall apply,
unless otherwise expressly stated in the Contract. Where
such standards and codes are national or relate to a particular
country or region, other authoritative standards that ensure
substantial equivalence to the standards and codes specified
will be acceptable.
5. Use of
Contract
Documents
and
Information
5.1 The Supplier shall not, without the Procurement Entity’s
prior written consent, disclose the Contract, or any provision
thereof, or any specification, plan, drawing, pattern, sample,
or information furnished by or on behalf of the Procurement
Entity in connection therewith, to any person other than a
person employed by the Supplier in the performance of the
Contract. Disclosure to any such employed person shall be
made in confidence and shall extend only so far as may be
necessary for purposes of such performance.
5.2 The Supplier shall not, without the Procurement Entity’s
prior written consent, make use of any document or
information enumerated in sub-clause 5.1 except for
purposes of performing the Contract.
5.3 Any document, other than the Contract itself, enumerated in
subclause 5.1 shall remain the property of the Procurement
Entity and shall be returned (all copies) to the Procurement
Entity on completion of the Supplier’s performance under
the Contract if so required by the Procurement Entity.
6. Patent Rights
6.1 The Supplier shall indemnify the Procurement Entity against
all third-party claims of infringement of patent, trademark,
or industrial design rights arising from use of the Goods or
any part thereof in the Procurement Entity’s country.
7. Performance
Security
7.1 Within fourteen (14) days after the Supplier’s receipt of
notification of award of the contract, the successful Tenderer
shall furnish performance security to the Procurement Entity
in the amount specified in the Special Conditions of Contract
and in the form specified in Section XVI.
7.2 The proceeds of the performance security shall be payable
to the Procurement Entity as compensation for any loss
resulting from the Supplier’s failure to complete its
obligations under the Contract.
Section XV: Call-off Contract General Conditions of Contract 100
7.3 The performance security shall be denominated in the
currency of the contract or in a freely convertible currency
acceptable to the Procurement Entity and shall be in the form
of an unconditional bank guarantee issued by a bank in
Ghana acceptable to the Procurement Entity and in the form
provided in the Tender Documents or another form
acceptable to the Procurement Entity.
7.4 The performance security will be discharged by the
Procurement Entity and returned to the Supplier not later
than 28 days after expiring of one year of warranty period
following the date of issue of certificate of final acceptance
of equipment after installation and commissioning of
equipment at the final destination.
8. Inspections
and Tests
8.1 The Procurement Entity or its Representative shall, at no
extra cost, have the right to inspect and/or to test the goods
to confirm their conformity to the Contract. The Special
Conditions of Contract and/or the Technical Specifications
shall specify what inspections and tests the Procurement
Entity requires and where they are to be conducted. The
Procurement Entity shall notify the Supplier in writing of the
identity of any representatives retained for these purposes
within 21 days after award of the Contract.
8.2 The inspections and tests may be conducted on the premises
of the Supplier or its sub-Supplier(s), at point of delivery,
and/or at the Goods’ final destination. If conducted on the
premises of the Supplier or its sub-Suppliers(s), all
reasonable facilities and assistance, including access to
drawings and production data, shall be furnished to the
inspectors at no charge to the Procurement Entity.
8.3 Should any inspected or tested Goods fail to conform to the
Specifications, the Procurement Entity may reject the
Goods, and the Supplier shall either replace the rejected
Goods or make alterations necessary to meet specification
requirements free of cost to the Procurement Entity.
8.4 The Procurement Entity’s right to inspect, test and, where
necessary, reject the goods after the goods’ arrival in the
Procurement Entity’s country shall in no way be limited or
waived by reason of the goods having previously been
inspected, tested and passed by the Procurement Entity or its
Section XV: Call-off Contract General Conditions of Contract 101
Representative prior to the goods’ shipment from the
country of origin.4
8.5 Nothing in GCC Clause 8 shall in any way release the
Supplier from any warranty or other obligations under this
Contract.
8.6 A Certificate of Acceptance shall be issued by the
Procurement Entity after necessary inspection and tests of
the Goods supplied as specified in SCC.
9. Packing
9.1 The Supplier shall provide such packing of the Goods as is
required to prevent their damage or deterioration during
transit to their final destination, as indicated in the Contract.
The packing shall be sufficient to withstand, without
limitation, rough handling during transit and exposure to
extreme temperatures, salt and precipitation during transit,
and open storage. Packing case size and weights shall take
into consideration, where appropriate, the remoteness of the
Goods’ final destination and the absence of heavy handling
facilities at all points in transit.
9.2 The packing, marking and documentation within and outside
the packages shall comply strictly with such special
requirements as shall be expressly provided for in the
Contract, including additional requirements, if any, as
Specified in the Special Conditions of Contract (SCC), and
in any subsequent instructions issued by the Procurement
Entity.
10. Delivery and
Transfer of
Risk
10.1 Delivery of the goods shall be made by the Supplier in
accordance with the terms specified by the Procurement
Entity in its Schedule of Requirements. The details of
shipping and/or other documents to be furnished by the
supplier are specified in the Special Conditions of Contract.
10.2 For purposes of the Contract, “FOB,” “C&F,” “CIF”, “CIP”,
“DDP” “EXW” and other trade terms used to describe the
obligations of the parties shall have the meanings assigned
to them by the current edition of the International Rules for
4 It is intended that the Procurement Entity generally inspects the goods also on arrival at
discharge port(s), and where a fresh independent inspection is for any reason considered
necessary, the Supplier should be immediately notified and associated with the inspection which
should be completed on a priority basis.
Section XV: Call-off Contract General Conditions of Contract 102
the Interpretation of the Trade Terms (INCOTERMS)5
published by the International Chamber of Commerce
(ICC), Paris.
10.3 Documents to be submitted by the Supplier are specified in
Special Condition of Contract.
11. Insurance
11.1 The goods supplied under the Contract shall be fully insured
in a freely convertible currency against loss or damage
incidental to manufacture or acquisition, transportation,
storage and delivery in the manner specified in the Special
Conditions of Contract. Such insurance shall be arranged
and paid for by the supplier.
11.2 Where delivery of the goods is required by the Procurement
Entity on a CIF, CIP, DDP basis, the Supplier shall arrange
and pay for marine insurance, naming the Procurement
Entity as the beneficiary. Where delivery is on an FOB or
C&F basis, marine insurance shall be the responsibility of
the Procurement Entity.
12. Transportation 12.1 Where the Supplier is required under the Contract to deliver
the goods FOB, transport of the goods, up to and including
the point of putting the goods on board the vessel at the
specified port of loading, shall be arranged and paid for by
the Supplier, and the cost thereof shall be included in the
Contract Price.
12.2 Where the Supplier is required under the Contract to deliver
the goods C&F, CIP , DDP or CIF or to a specified
destination within Ghana, transport of the goods to the port
of discharge or such other point in the country of destination
including insurance and storage, as shall be specified in the
Contract shall be arranged and paid for by the Supplier, and
the related cost thereof shall be included in the Contract
Price.
12.3 Where the Supplier is required to effect delivery under any
other terms, the Supplier shall be required to meet all
transport and storage expenses until delivery.
12.4 In all of the above cases, transportation of the goods after
delivery shall be the responsibility of the Procurement
Entity.
12.5 Where the Supplier is required under the Contract to deliver
the goods CIF or CIP or DDP or C&F, no further restriction
5 Where terms not defined in INCOTERMS are used in the Tender Documents, Procurement Entity should define the
same, spelling out the costs to be borne by the Supplier and to be included in its Tender price.
Section XV: Call-off Contract General Conditions of Contract 103
shall be placed on the choice of the ocean carrier. Where the
Supplier is required under the Contract (i) to deliver the
goods FOB, and (ii) to arrange on behalf and at the expense
of the Procurement Entity for ocean transportation on
specified conference vessels or on national flag carriers of
the Procurement Entity’s country, the Supplier may arrange
for such transportation on alternative carriers if the specified
conference vessels or national flag carriers are not available
to transport the goods within the time period(s) specified in
the Contract.
13. Incidental
Services
13.1 The Supplier may be required to provide any or all of the
following services, including additional services, if any,
specified in SCC:
a. performance or supervision of on-site assembly and/or
startup of the supplied Goods;
b. furnishing of tools required for assembly and/or
maintenance of the supplied Goods;
c. furnishing of a detailed operations and maintenance
manual for each, appropriate unit of the supplied
Goods;
d. performance or supervision or maintenance and/or
repair of the supplied Goods, for a period of time agreed
by the parties, provided that this service shall not
relieve the Supplier of any warranty obligations under
this Contract; and
e. training of the Procurement Entity’s personnel, at the
Supplier’s plant and/or on-site, in assembly, start-up,
operation, maintenance, and/or repair of the
supplied Goods.
14. Spare Parts
14.1 As specified in SCC, the Supplier may be required to
provide any or all of the following materials, notifications,
and information pertaining to spare parts manufactured or
distributed by the Supplier:
a. such spare parts as the Procurement Entity may elect to
purchase from the Supplier, provided that this election
shall not relieve the Supplier of any warranty
obligations under the Contract; and
b. in the event of termination of production of the spare
parts:
Section XV: Call-off Contract General Conditions of Contract 104
i. advance notification to the Procurement Entity
of the pending termination, in sufficient time to
permit the Procurement Entity to procure
needed requirements; and
ii. following such termination, furnishing at no
cost
to the Procurement Entity, the blueprints,
drawings, and specifications of the spare parts,
if requested.
15. Warranty
15.1 The Supplier warrants that the Goods supplied under the
Contract are new, unused, of the most recent or current
models, and that they incorporate all recent improvements in
design and materials unless provided otherwise in the
Contract. The Supplier further warrants that all Goods
supplied under this Contract shall have no defect, arising
from design, materials, or workmanship (except when the
design and/or materials is required by the Procurement
Entity’s specifications) or from any act or omission of the
Supplier, that may develop under normal use of the supplied
Goods in the conditions prevailing in the country of final
destination.
15.2 The warranty shall remain valid for (12) months after the
goods, or any portion thereof as the case may be, have been
delivered to the final destination indicated in the Contract
and installed and commissioned to the satisfaction of the
Procurement Entity.
15.3 The Procurement Entity shall promptly notify the Supplier
in writing of any claims arising under this warranty.
15.4 Upon receipt of such notice, the Supplier shall, within the
period as specified in SCC and with all reasonable speed,
repair or replace the defective Goods or parts thereof,
without costs to the Procurement Entity other than, where
applicable, the cost of inland delivery of the repaired or
replaced Goods or parts from EXW or to the final
destination.
15.5 If the Supplier, having been notified, fails to take remedial
action within forty-two (42) days from date of receipt of
notice, the Procurement Entity may proceed to take such
action as may be necessary, at the Supplier’s risk and
expense and without prejudice to any other rights which the
Procurement Entity may have against the Supplier under the
Contract.
Section XV: Call-off Contract General Conditions of Contract 105
16. Payment
16.1 The method and conditions of payment to be made to the
Supplier under the Contract shall be specified in the Special
Conditions of Contract.
16.2 The Supplier’s request(s) for payment shall be made to the
Procurement Entity in writing, accompanied by an invoice
describing, as appropriate, the Goods delivered, and
Services performed, and by documents submitted pursuant
to GCC Clause 10, and upon fulfilment of other obligations
stipulated in the Contract.
16.3 Payments shall be made promptly by the Procurement
Entity, but in no case later than twenty-eight (28) days after
submission of an invoice or claim by the Suppler.
17. Prices 17.1 Prices charged by the Supplier for goods and services
delivered and services performed under the Contract shall
not vary from the prices quoted by the Supplier in its Tender,
with the exception of any price adjustments authorised in
Special Conditions of Contract or in the Procurement
Entity’s request for Tender validity extension, as the case
may be.
18. Change
Orders
18.1 The Procurement Entity may at any time, by a written order
given to the Supplier pursuant to GCC Clause 31, make
changes within the general scope of the Contract in any one
or more of the following:
a. drawings, designs, or specifications, where Goods to
be furnished under the Contract are to be specifically
manufactured for the Procurement Entity;
b. the method of shipment or packing;
c. the place of delivery; and/or
d. the Services to be provided by the Supplier.
18.2 If any such change causes an increase or decrease in the cost
of, or the time required for, the Supplier’s performance of
any provisions under the Contract, an equitable adjustment
may be made in the Contract Price or delivery schedule, or
both, and the Contract may accordingly be amended. Any
claims by the Supplier for adjustment under this clause must
Section XV: Call-off Contract General Conditions of Contract 106
be asserted within twenty-eight (28) days from the date of
the Supplier’s receipt of the Procurement Entity’s change
order.
19. Contract
Amendments
19.1 Subject to GCC Clause 18, no variation in or modification
of the terms of the Contract shall be made, except by written
amendment signed by the parties.
20. Assignment 20.1 The Supplier shall not assign, in whole or in part, its
obligations to perform under the Contract, except with the
Procurement Entity’s prior written consent.
21. Subcontracts 21.1 The Supplier shall notify the Procurement Entity in writing
of all subcontracts awarded under this Contract if not
already specified in the Tender. Such notification, in the
original Tender or later, shall not relieve the Supplier from
any liability or obligation under the Contract.
21.2 Subcontracts must comply with the provisions of GCC
Clause 3.
22. Delays in the
Supplier’s
Performance
22.1 Delivery of the goods and performance of services shall be
made by the Supplier in accordance with the time schedule
specified by the Procurement Entity in the Schedule of
Requirements.
22.2 Except as provided under GCC clause 25, an unexcused
delay by the Supplier in the performance of its delivery
obligations shall render the Supplier liable to any or all of
the following sanctions: forfeiture of its performance
security, imposition of liquidated damages, and/or
termination of the Contract for default.
22.3 If at any time during performance of the Contract, the
Supplier or its sub-supplier(s) should encounter conditions
impeding timely delivery of the goods and performance of
Services, the Supplier shall promptly notify the Procurement
Entity in writing of the fact of the delay, its likely duration
and its cause(s). As soon as practicable after receipt of the
Supplier’s notice, the Procurement Entity shall evaluate the
situation and may, at its discretion, extend the Supplier’s
time for performance, with or without liquidated damages,
in which case, the extension shall be ratified by the parties
by amendment of the Contract.
Section XV: Call-off Contract General Conditions of Contract 107
23. Liquidated
Damages
23.1 Subject to GCC Clause 25, if the Supplier fails to deliver any
or all of the goods or to perform within the time period(s)
specified in the Contract, the Procurement Entity shall,
without prejudice to its other remedies under the Contract,
deduct from the Contract Price, as liquidated damages, a sum
equivalent to (0.5%) of the contract price of the delayed goods
for each week of delay until actual delivery, up to a maximum
deduction of (10%) percent of the delayed goods Contract
Price. Once the maximum is reached, the Procurement Entity
may consider termination of the Contract pursuant to GCC
Clause 24.
24. Termination
for Default
24.1 The Procurement Entity may, without prejudice to any other
remedy for breach of Contract, by written notice of default
sent to the Supplier, terminate the Contract in whole or in part:
a. if the Supplier fails to deliver any or all of the goods
within the time period(s) specified in the Contract, or
any extension thereof granted by the Procurement
Entity pursuant to GCC Clause 22; or
b. if the Supplier fails to perform any other obligation(s)
under the Contract.
24.2 In the event the Procurement Entity terminates the Contract
in whole or in part, pursuant to GCC para. 24.1 and 24.3
below, the Procurement Entity may procure, upon such terms
and in such manner as it deems appropriate, goods or
services similar to those undelivered, and the Supplier shall
be liable to the Procurement Entity for any excess costs for
such similar goods or services. However, the Supplier shall
continue performance of the Contract to the extent not
terminated.
24.3 Termination for Corrupt or Fraudulent Practices
The Procurement Entity may, without prejudice to any other
remedy for breach of Contract, by written notice of default
sent to the Supplier, terminate the Contract in whole or in part
if the Supplier, in the judgement of the Procurement Entity has
engaged in corrupt or fraudulent practices in competing for or
in executing the contract.
For the purpose of this clause:
Section XV: Call-off Contract General Conditions of Contract 108
“corrupt practice” means the offering, giving,
receiving or soliciting of anything of value to influence
the action of a public official in the procurement
process or in contract execution; and
“fraudulent practice” means a misrepresentation of
facts in order to influence a procurement process or the
execution of a contract, and includes collusive practice
among Tenders (prior to or after Tender submission)
designed to establish Tender prices at artificial non-
competitive levels and to deprive the benefits of free
and open competition;
25. Force
Majeure
25.1 For purposes of this Contract, “Force Majeure” means an
event beyond the control of the parties to the Contract and not
involving either party’s fault or negligence and not
foreseeable.
25.2 If, at any time during the existence of the Contract, either party
is unable to perform in whole or part any obligation under this
Contract because of such events which include, but are not
restricted to, acts of God, acts of Government in its sovereign
capacity, war, revolutions, hostility, civil commotions, strikes,
fires, floods, epidemics, quarantine restrictions, freight
embargoes, explosions, then the date of fulfillment of Contract
shall be postponed during the period when such circumstances
are operative.
25.3 The party which is unable to perform its obligations under the
present Contract shall, within fourteen (14) days of occurrence
of the Force Majeure event, inform the other party with
suitable documentary evidence. Non-availability of raw
materials from regular sources shall not be an excuse for the
Supplier for not performing its obligations under this clause.
25.4 Any waiver/extension of time in respect of the
delivery/acceptance of any instalment or part of the goods
shall not be deemed to be a waiver/extension of time in respect
of the remaining deliveries.
25.5 If such inability to perform continues for a period of more than
three (3) months, each party shall have the right to be released
from further performance of the Contract, in which case,
neither party shall have the right to claim damages from the
other. All prior performance shall be subject to Contract terms.
Section XV: Call-off Contract General Conditions of Contract 109
25.6 Notwithstanding the provisions of GCC Clauses 22, 23, and
24, the Supplier shall not be liable for forfeiture of its
performance security, liquidated damages or termination for
default if and to the extent that its delay in performance or
other failure to perform its obligations under the Contract is
the result of Force Majeure.
25.7 If a Force Majeure situation arises, the Supplier shall promptly
notify the Procurement Entity in writing of such condition and
the cause thereof. Unless otherwise directed by the
Procurement Entity in writing, the Supplier shall continue to
perform its obligations under the Contract as far as is
reasonably practical, and shall seek all reasonable alternative
means for performance not prevented by the Force Majeure
event.
26. Termination
for
Insolvency
26.1 The Procurement Entity may at any time terminate the
Contract by giving written notice to the Supplier, without
compensation to the Supplier, if the Supplier becomes
bankrupt or otherwise insolvent, provided that such
termination will not prejudice or affect any right of action or
remedy which has accrued or will accrue thereafter to the
Procurement Entity.
27. Termination
for
Convenience
27.1 The Procurement Entity, by written notice sent to the Supplier,
may terminate the Contract, in whole or in part, at any time for
its convenience. The notice of termination shall specify that
termination is for the Procurement Entity’s convenience, the
extent to which performance of the Supplier under the
Contract is terminated, and the date upon which such
termination becomes effective.
27.2 The Goods that are complete and ready for shipment within
twenty-eight (28) days after the Supplier’s receipt of notice of
termination shall be accepted by the Procurement Entity at the
Contract terms and prices. For the remaining Goods, the
Procurement Entity may elect:
a. to have any portion completed and delivered at the
Contract terms and prices; and/or
b. to cancel the remainder and pay to the Supplier an
agreed amount for partially completed Goods and
Section XV: Call-off Contract General Conditions of Contract 110
Services and for materials and parts previously
procured by the Suppliers.
28. Resolution of
Disputes
28.1 The Procurement Entity and the Supplier shall make every
effort to resolve amicably by direct informal negotiation any
disagreement or dispute arising between them under or in
connection with the Contract.
28.2 If, after twenty-eight (28) days from the commencement of
such informal negotiations, the Procurement Entity and the
Supplier have been unable to resolve amicably a Contract
dispute, either party may require that the dispute be referred
for resolution to the formal mechanisms specified in the
Special Conditions of Contract. These mechanisms may
include, but are not restricted to, conciliation mediated by a
third party, adjudication in an agreed national or international
forum, and/or national and international arbitration.
29. Governing
Language
29.1 The Contract shall be written in the language as specified in
SCC. Subject to GCC Clause 30, the version of the Contract
written in English language shall govern its interpretation.
All correspondence and other documents pertaining to the
Contract which are exchanged by the parties shall be written
in the English language.
30. Applicable
Law
30.1 The Contract shall be interpreted in accordance with the laws
of Ghana unless otherwise specified in the Special
Conditions of Contract.
31. Notices
31.1 Any notice given by one party to the other pursuant to the
Contract shall be sent to the other party in writing or by e-
mail and confirmed in writing to the other party’s address
specified for that purpose in the Special Conditions of
Contract.
31.2 A notice shall be effective when delivered or on the notice’s
effective date, whichever is later.
32. Taxes and
Duties
32.1 A Supplier shall be entirely responsible for all taxes, duties,
licence fees, etc., incurred until delivery of the contracted
Goods to the final destination.
Section XVI: Call-off Contract Special Conditions of Contract 111
Section XVI: Special Conditions of Call-off Contract
(SCC)
The following Special Conditions of Contract shall supplement the General Conditions of
Contract. Whenever there is a conflict, the provisions herein shall prevail over those in General
Conditions of Contract. The corresponding clause number in the General Conditions is indicated
in parentheses. Where sample provisions are furnished, they are only illustrative of the provisions
that the Procurement Entity should draft specifically for each procurement.
1. Definitions
(GCC
Clause 1)
1.1 a. The Procurement Entity is: ……………………………………
………………………………………………………………...
[Name and Address of Procurement Entity]
b. The Supplier is:…………………………………
………………………………………………………….
[Name and Address of Supplier]
c. The Delivery site is: ………………………….
……………………………………………………………….
[Insert name and address of delivery site if applicable]
2. Country of
Origin
(GCC
Clause 3)
2.1 Any country of the World.
[Otherwise specify restrictions as applicable]
3. Performance
Security
(GCC
Clause 7)
3.1 The performance security will be as follows:
i. The amount of performance security as a percentage of
the contract price shall be ___ percent of the Tender
Price in the currency of the Tender price.
[Five [Five (5) to ten (10) percent of the Contract Price would be reasonable;
it should not exceed ten (10) percent in any case. The following
provisions should be used in the case of Goods having warranty
obligation.]
3.2 The validity of Performance Security shall be one (1) year after
the final installation and commissioning of the Goods and the
issue of final acceptance certificate to the Suppliers. After
delivery and acceptance of the Goods, the performance security shall be
reduced to two (2) percent of the Contract
Price to cover the Supplier’s Warranty obligations in
Section XVI: Call-off Contract Special Conditions of Contract 112
accordance with Clause GCC 15.2. The supplier shall promptly extend
the validity suitably to cover agreed extension of the
warranty period of the supplied goods.
4. Inspection
and Tests
(GCC
Clause 8)
4.1 Inspection and tests prior to shipment of goods at final
acceptance are as follows:
a. The time limit for inspection and tests and the issuance of
Certificate of acceptance and/or rejection should be no later
than……….. days of the completion of inspection and tests.
[Specify the time limit for inspection and tests and the issuance
of Certificate of acceptance and/or rejection in no later than
28-56 days [as applicable] of the completion of inspection
and tests.]
b. …………………………………………………………[Specify
such other criteria for inspection and tests, if necessary]
5. Packing
(GCC
Clause 9)
5.1 Additional requirement for packing and marking as per GCC Clause
9.2 are as follows:
a. …………………………………………………………
b. …………………………………………………………
c. …………………………………………………………
d. …………………………………………………………
e. …………………………………………………………
[Specify additional requirements for packing, marking and so on, if
necessary.]
6. Delivery and
Documents
(GCC
Clause 10)
6.1 For Goods Supplied from abroad:
a. Upon shipment, the Supplier shall notify the Procurement Entity
and the Insurance Company by e-mail the full details of the
shipment, including contract number, description of Goods,
quantity, the vessel, (or the flight number), the bill of lading
number and date, port of loading, date of shipment, port of
discharge, etc. The Supplier shall mail the following
documents to the Procurement Entity, with a copy to the Insurance
Company:
i. Copies of the Supplier’s invoice showing Good’s
Section XVI: Call-off Contract Special Conditions of Contract 113
description, quantity, unit price and total amount;
ii. Original and [insert number as required] copies of the
negotiable, clean on board, bill of lading (Consignment
note) marked “freight prepaid” and [insert number as
required] copies of non-negotiable bill of lading
(Consignment note);
iii. Copies of the packing list identifying contents of each
package;
iv. Insurance Certificate;
v. Manufacturer’s or Supplier’s Warranty Certificate;
vi. Inspection Certificate issued by the nominated inspection
agency, and the supplier’s factory inspection report; and
vii. Certificate of origin certified/verified by the manufacturing
company in case of Goods manufactured locally.
[Other similar documents should be listed, depending upon the Incoterm
retained, or irrelevant document can be deleted.]
6.2 The documents as per clause 6.1 shall be received by the Procurement
Entity at least one week before arrival of Goods at the port or place of
arrival and, if not received, the Supplier will be responsible for any
consequent expenses.
6.3 For Goods within Ghana: Upon delivery of the goods to the
transporter, the Supplier shall notify the Procurement Entity and
mail the following documents to the Procurement Entity:
i. Copies of the Supplier’s invoice showing Goods’
description, quantity, unit price and total amount;
ii. Delivery note, transport receipt, railway receipt;
iii. Manufacturer’s or Supplier’s Warranty Certificate;
iv. Inspection Certificate issued by the nominated inspection
agency, and the Supplier’s factory inspection report; and
v. Certificate of origin.
6.4 The documents as per sub-clause 6.3 shall be received by the
Procurement Entity before arrival of the goods and, if not
Section XVI: Call-off Contract Special Conditions of Contract 114
received, the Supplier will be responsible for any consequent
expenses.
7. Insurance
(GCC Clause
11)
7.1 The insurance shall be in an amount equal to 110 percent of the
CIP value of the Goods from “Warehouse” to “Warehouse” on
“All Risks” basis, including War Risks and Strikes.
8. Incidental
Services
(GCC Clause
13)
8.1 Incidental services to be provided are:
i. Installation and commissioning of equipment;
ii. Operational and maintenance training of equipment.
iii. ………….[insert any other additional requirement].
[Selected services covered under GCC Clause 13 and/or other
should be specified with the desired features. The price quoted in
the Tender price or agreed with the selected Supplier shall be
included in the Contract Price. If no incidental services are
required state “not applicable”]
9. Spare Parts
(GCC Clause
14)
9.1 Additional spare parts requirements are:
a. Supplier shall carry sufficient inventories to assure
exstock supply of consumable spare parts for the Goods;
b. Other spare parts and components shall be supplied as
promptly as possible, but in any case within six (6) months
of placing the order and opening the letter of credit.
c. ……………. [specify other additional requirements.]
10. Warranty
(GCC Clause
15)
10.1 In partial modification of the provisions, the warranty period
shall be ………….. hour [as applicable and if necessary] of
operation or 12-36 [as applicable] months from date of
acceptance of the Goods or 12-36 [as applicable] months from
the date of delivery, whichever occurs earlier …………. [Insert
appropriate hrs/mths as per Technical Specification or Schedule
of Requirements or as per the nature of the Goods]. The
Supplier shall, in addition, comply with the performance and/or
consumption guarantees specified under the Contract. If, for
reasons attributable to the Supplier, these guarantees are not
attained in whole or in part, the Supplier shall, at its discretion,
either:
a. make such changes, modification, and/or additions to the
Section XVI: Call-off Contract Special Conditions of Contract 115
Goods or any part thereof as may be necessary in order to
attain the contractual guarantees specified in the contract
at its own cost and expense and to carry out further
performance tests in accordance with SCC 4.1 or
b. Pay liquidated damages to the Procurement Entity with
respect to the failure to meet the contractual guarantees.
The rate of these liquidated damages shall be (0.1 to
0.5%) per week.
[The rate should be higher than the adjustment rate used in the
Tender evaluation under ITT 28.5 (f) or (g).]
10.2 The period for correction of defects in the warranty period is:
50%. time of the delivery schedule of the particular goods.
10.3 ……………………….. [specify other suitable conditions for
warranty, if necessary].
11. Payment
(GCC Clause
16)
11.1 Payment for Goods and Services supplied shall be made in
Ghanaian Cedis, as follows;
i. Advance Payment: Forty (40) percent of the Contract
Price shall be paid within twenty-eight (28) days of
signing of the Contract against a simple receipt and a
bank guarantee for the equivalent amount and in the
form provided in the Tender documents or another form
acceptable to the Procurement Entity.
ii. On Delivery: Forty (40) percent of the Contract Price
shall be paid on receipt of the Goods and upon
submission of the documents specified in GCC Clause
10.
iii. On Acceptance: The remaining twenty (20) percent of
the Contract Price shall be paid to the Contractor within
twenty-eight (28) after the date of the acceptance
certificate for the respective delivery issued by the
Procurement Entity.
12. Prices
(GCC Clause
17)
12.1 Tender Prices may be adjusted only in the case of Tender
validity extension requested by the Procurement Entity.
[To be inserted only if price is subject to adjustment under GCC
Clause 17.1)
Section XVI: Call-off Contract Special Conditions of Contract 116
12.2 Procurement Entity shall not entertain Contract Price variation
due to the effect of any notice of notification of exchange rate
variation of any convertible currency.
13. Liquidated
Damages
(GCC Clause
23)
13.1 Applicable rate for the Liquidated damages is : 0.1% to 0.5%
per day.
[Applicable as per the nature of the Goods. Applicable rate
shall not exceed one-half (0.5) percent per day, and the
maximum shall not exceed ten (10) percent of the delayed
good’s Contract Price.]
14. Resolution of
Disputes
(GCC Clause
28)
14.1 The dispute resolution mechanism to be applied pursuant to
clause 28.2 of the General Conditions of Contract shall be as
follow:
a. in the case of a dispute between the Procurement Entity and
a Supplier which is a national of Ghana, the dispute shall be
referred to adjudication/arbitration; and
b. in the case of dispute between the Procurement Entity and
the Foreign Supplier, the dispute shall be settled by
arbitration in accordance with the provisions of the United
Nations Commission on International Trade Law
(UNCITRAL) Arbitration Rules.
15. Governing
Language
(GCC Clause
29)
15.1 The governing Language shall be English.
16. Notices
(GCC Clause
31)
16.1 For the notice purposes Procurement Entity and Supplier’s
address shall be as follows:
Procurement Entity’s address for notice purposes:
……………………………………………
……………………………………………
……………………………………………
Supplier’s address for notice purposes:
…………………………………………….
…………………………………………….
…………………………………………….
Section XVII: Secondary Procurement Forms 117
SECTION XVII: Secondary Procurement
Forms
Secondary Procurement Forms
Contents
Request for Quotation ________________________________________________________ 118
RFQ ANNEX 1: Requirements ________________________________________________ 121
Technical Specifications, Drawings, Inspections and Tests ___________________________ 122
RFQ ANNEX 2: Supplier Quotation Form _______________________________________ 123
Quotation for Goods: Price Schedule 1 __________________________________________ 126
Quotation for Goods: Price Schedule 2 __________________________________________ 127
Quotation for Goods: Price Schedule 3 __________________________________________ 128
Quotation for Related Services: Price Schedule 4 __________________________________ 129
Total Quotation _____________________________________________________________ 129
Sample Letter of Award of Call-off Contract ______________________________________ 130
Call-off Contract for the supply of Goods ________________________________________ 131
Performance Security ________________________________________________________ 134
Advance Payment Security ____________________________________________________ 135
Section XVII: Secondary Procurement Forms 118
Request for Quotation Secondary Procurement under a Framework Agreement
(method: mini-competition)
From: [Insert Procurement Entity/Lead Entity/Procurement Agent’s
legal name]
Procurement Entity/Lead
Entity/Procurement Agent’s
Representative:
[Insert name of Procurement Entity/Lead Entity/Procurement
Agent’s Representative]
Title/Position: [Insert Representatives title or position]
Address: [Insert Procurement Entity/Lead Entity/Procurement Agent’s
address]
Telephone: [Insert Representatives telephone number]
Email: [Insert Representatives email address]
To: [Insert Supplier’s legal name]
Supplier’s Representative: [Insert name of Supplier’s Representative]
Title/Position: [Insert Representatives title or position]
Address: [Insert Supplier’s address]
Telephone: [Insert Representatives telephone number]
Email: [Insert Representatives email address]
Framework Agreement
(FWA):
[Insert short title of FWA]
FWA Date: [Insert FWA Date]
FWA Reference No. [Insert FWA reference]
RFQ Ref No.: [Insert reference]
RFQ Date: [Insert date of RFQ]
RFQ issued: This RFQ has been transmitted by: “post” or “email” or
“hand delivery”
Attachments:
Annex 1: Procurement Entity/Lead Entity/Procurement Agent’s Requirements
Annex 2: Quotation Form
Annex 3: Call-off Contract for Supply of Goods [this may be the Call-off Contract Form or
another acceptable template]
Section XVII: Secondary Procurement Forms 119
Dear [insert name of Supplier’s Representative],
1. Request for Quotation (RFQ)
a. With reference to above Framework Agreement (FWA), you are invited to submit your
most competitive Quotation in this Secondary Procurement process. The Quotation is for
the Goods [add if applicable: “and the Related Services,”] described in Annex 1:
Procurement Entity/Lead Entity/Procurement Agent’s Requirements, attached to this
RFQ.
2. Price
a. Your Quotation must be submitted in the format contained in Annex 2: Supplier
Quotation Form.
b. Your Quotation, excluding any additional price for inland transportation and other
services required in the Procurement Entity/Lead Entity/Procurement Agent’s Country to
convey the Goods to their final destination specified in RFQ not included in the Base
Price, cannot be higher than the Base Price for the Goods [add if applicable: “and
Related Services,”] as established in the Framework Agreement: Price Schedules
adjusted for any change in Laws and Regulations in accordance with FWA Specific
Provisions. [OR use the following text if the Base Price is subject to a price adjustment:
Your Quotation cannot be higher the Base Price for the Goods [add if applicable: “and
Related Services,”] as established in the Framework Agreement: Price Schedules,
adjusted by applying the price adjustment formula and any adjustment for change in
Laws and Regulations in accordance with FWA Specific Provisions”]
c. The price for any additional inland transportation and other services required in the
Procurement Entity/Lead Entity/Procurement Agent’s Country to convey the Goods to
their final destination specified in RFQ not included in the Base Price shall be quoted.
d. The price that you quote shall be fixed and shall not be subject to any further adjustment.
e. The Quotation shall be in the same currency(ies) specified in the Framework Agreement:
Price Schedules.
f. The Quotation will be valid for a period of [insert number of calendar days]
3. Performance Security [delete if no performance security is required]
a. If your Quotation is successful, you will be required to provide a Performance Security in
accordance with the Call-off Contract.
4. Clarifications
a. If you require clarification(s) regarding this RFQ, send your request in writing (email or
hard copy or through e-procurement system if available) to our above-named
Representative before [insert date and time]. We shall forward copies of our response to
all Suppliers including a description of the inquiry but without identifying its source.
5. Submission of Quotations
Section XVII: Secondary Procurement Forms 120
a. Quotations are to be submitted in the form attached at Annex 2 and [insert method e.g. in
hard copy with 3 copies, by email, through e-procurement system].
b. The deadline for submission of Quotations is [insert time, day, month, year].
c. The address for submission of Quotations is:
Attention: [insert full name of person, if applicable]
Street Address: [insert street address and number]
Floor/ Room number: [insert floor and room number, if applicable]
City: [insert name of city or town]
Ghana Post GPS Code: [insert Ghana Post GPS code, if applicable]
Country: [insert name of country]
6. Opening of Quotations
a. Quotations will be opened in the presence of Suppliers, or their representatives who
choose to attend, at [insert time] on [insert day, month, year same as or immediately after
the deadline for the submission of Quotations.]
7. Evaluation of Quotations
a. Quotations will be evaluated [select either “item-wise” or “lot-wise”] and according to the
criteria and methodology described in the Framework Agreement: Secondary
Procurement.
8. Contract
a. Attached, as Annex 3 to this RFQ, is the draft Call-off Contract that will apply to this
Secondary Procurement. If successful, you will be required to sign a Call-off Contract on
the same, or similar terms. [Instructions: complete a draft Call-off Contract for this
procurement and attach it to this RFQ]
On behalf of the Procurement Entity/Lead Entity/Procurement Agent:
Signature:
Name:
Title/position:
Section XVII: Secondary Procurement Forms 121
RFQ ANNEX 1: Requirements [The Procurement Entity/Lead Entity/Procurement Agent shall complete these tables, as appropriate, to enable the Supplier to
prepare the Quotation]
List of Goods and Delivery Period
Line
Item
N
Description of Goods Quantity
required
Physical
unit
Named Place of
Destination
Place of Final
Destination
(Project Site)
Applicable
Incoterms (e.g.
CIP, DDP, EXW
etc.)
Delivery Period
from Date of
formation of Call-
off contract
List of Related Services and Completion Schedule
Service Description of Service Quantity required Physical Unit
Place where
Services shall be
performed
Completion Period of
Services
[insert
Service
No]
[insert description of Related
Services]
[insert quantity of items
to be supplied]
[insert physical
unit for the
items]
[insert name of
the Place]
[insert no. of days
such as from Delivery
Period or receipt of
Goods, as
appropriate]
Section XVII: Secondary Procurement Forms 122
Technical Specifications, Drawings, Inspections and
Tests
The Technical Specifications, Drawings, Inspections and Tests as are described in the
Framework Agreement Section V: Schedule of Requirements.
[Add any additional information consistent with the information provided in the Schedule of
Requirements]
Section XVII: Secondary Procurement Forms 123
RFQ ANNEX 2: Supplier Quotation Form
From: [Insert Supplier’s legal name]
Supplier’s Representative: [Insert name of Supplier’s Representative]
Title/Position: [Insert Representatives title or position]
Address: [Insert Supplier’s address]
Email: [Insert Supplier’s email address]
To: [Insert Procurement Entity/Lead Entity/Procurement
Agent’s legal name]
Procurement Entity/Lead
Entity/Procurement Agent’s
Representative:
[Insert name of Procurement Entity/Lead Entity/Procurement
Agent’s Representative]
Title/Position: [Insert Representatives title or position]
Address: [Insert Procurement Entity/Lead Entity/Procurement Agent’s
address]
Framework Agreement
(FWA)
[Insert short title of FWA]
FWA Reference No. [Insert Procurement Entity/Lead Entity/Procurement Agent’s
FWA reference]
Date of Framework
Agreement:
[Insert FWA date]
RFQ Ref No.: [Insert Procurement Entity/Lead Entity/Procurement Agent’s
reference]
Date of Quotation: [Insert date of Quotation]
Dear [insert name of Procurement Entity/Lead Entity/Procurement Agent’s Representative]
SUBMISSION OF QUOTATION
1. Conformity and no reservations
In response to the above named RFQ we offer to supply the Goods, [add if applicable: “and
deliver the Related Services,”] as per this Quotation and in conformity with the RFQ, Delivery
and Completion Schedules, Technical Specifications, Drawings, Inspections and Tests. We
confirm that we have examined and have no reservations to the RFQ, including the Call-off
Contract.
Section XVII: Secondary Procurement Forms 124
2. Eligibility and conflict of interest
We declare that we continue to be qualified and meet the eligibility requirements and that we
have no conflict of interest. If awarded the Call-off Contract, the Goods [add if applicable:
“and Related Services,”] that we supply shall be sourced from an eligible country.
We, along with any of our subcontractors, suppliers, consultants, manufacturers, or service
providers for any part of the contract, are not subject to, and not controlled by any entity or
individual that is subject to, a temporary suspension or a debarment imposed by PPA.
3. Tender Price
The total price of our Tender, excluding any unconditional discounts offered in item (g) below
is [insert the total price of the Tender in words and figures, indicating the various amounts
and the respective currencies].
4. Unconditional Discounts
The unconditional discounts offered are: [Specify in detail each discount offered.]
The exact method of calculations to determine the net price after application of unconditional
discounts is: [Specify in detail the method that shall be used to apply the discounts].
5. Quotation Validity Period
Our Quotation shall be valid for the period specified in RFQ, and it shall remain binding upon
us and may be accepted at any time before it expires.
6. Performance Security [delete if no performance security is required]
If we are awarded the Call-off Contract, we commit to obtain a Performance Security in
accordance with the RFQ.
7. Commissions, gratuities, fees
We have paid, or will pay the following commissions, gratuities, or fees with respect to this
Quotation or execution of a Call-off Contract [If none has been paid or is to be paid, indicate
“none.”]
Name of Recipient Address Reason Amount
8. Not Bound to Accept
We understand that you reserve the right to:
a. accept or reject any Quotation and are not bound to accept the lowest evaluated cost
Quotation, or any other Quotation that you may receive, and
b. annul the RFQ process at any time prior to the award of a Call of Contract without
incurring any liability to Suppliers.
Section XVII: Secondary Procurement Forms 125
9. Fraud and Corruption
We hereby certify that we have taken steps to ensure that no person acting for us, or on our
behalf, engages in any type of Fraud and Corruption.
On behalf of the Supplier:
Signature:
Name:
Title/position:
Telephone:
Email:
Section XVII: Secondary Procurement Forms 126
Quotation for Goods: Price Schedule 1 Manufactured outside Ghana, to be imported
1 2 3 4 5 6 7 8 9
Line
Item
N
Description of Goods Country of
Origin
Delivery
Period as
defined by
Incoterms
Quantity and
physical unit Unit price
DDP [insert place of
destination]
DDP Price per line
item
(Col. 5x6)
Price per line item for
inland transportation
and other services
required in Ghanato
convey the Goods to their
final destination specified
in RFQ
Total Price per Line item
(Col. 7+8)
[insert
number
of the item]
[insert name of good] [insert
country of
origin of the Good]
[insert
quoted
Delivery Period]
[insert number
of units to be
supplied and name of the
physical unit]
[insert unit price DDP
per unit] [insert total DDP
price per line item]
[insert the corresponding
price per line item]
[insert total price of the line item]
Quotation Price
Section XVII: Secondary Procurement Forms 127
Quotation for Goods: Price Schedule 2 Manufactured outside Ghana, already imported*
1 2 3 4 5 6 7 8 9 10 11 12
Line
Item
N
Description of
Goods
Country of
Origin
Delivery
Period as
defined by
Incoterms
Quantity
and
physical
unit
Unit price
including
Custom Duties
and Import
Taxes paid
Custom Duties
and Import
Taxes paid per
unit [to be
supported by
documents]
Unit Price net
of custom
duties and
import taxes
(Col. 6 minus
Col.7)
Price per line
item net of
Custom Duties
and Import
Taxes paid (Col.
58)
Price per line item
for inland
transportation and
other services
required in Ghana
to convey the
goods to their final
destination, as
specified RFQ
Sales and other
taxes paid or
payable per
item if contract
is awarded
Total Price per line
item
(Col. 9+10)
[insert number of
the item]
[insert name of Goods]
[insert country of
origin of
the Good]
[insert quoted
Delivery
Period]
[insert number of
units to be
supplied and name
of the
physical unit]
[insert unit price per unit]
[insert custom duties and taxes
paid per unit]
[insert unit price net of
custom duties
and import taxes]
[ insert price per line item net of
custom duties
and import taxes]
[insert price per line item for inland
transportation and
other services required in Ghana]
[insert sales and other taxes
payable per item
if Contract is awarded]
[insert total price per line item]
Quotation
Price
Name of Supplier [insert complete name of Supplier] Signature of Supplier [signature of person signing the Tender] Date [insert date]
* [For previously imported Goods, the quoted price shall be distinguishable from the original import value of these Goods declared to customs and shall include any
rebate or mark-up of the local agent or representative and all local costs except import duties and taxes, which have been and/or have to be paid by the Procurer. For
clarity Suppliers are asked to quote the price including import duties, and additionally to provide the import duties and the price net of import duties which is the
difference of those values.]
Section XVII: Secondary Procurement Forms 128
Quotation for Goods: Price Schedule 3 Manufactured in Ghana
1 2 3 4 5 6 7 8 9 10
Line
Item
N
Description of Goods Delivery
Period as
defined by
Incoterms
Quantity
and
physical
unit
Unit price
EXW Total EXW
price per line
item
(Col. 45)
Price per line item for
inland transportation
and other services
required in Ghana to
convey the Goods to their
final destination
Invitation for Price
Tender
Cost of local labor,
raw materials and
components from
with origin in
Ghana
% of Col. 5
Sales and other taxes
payable per line item
if Contract is
awarded (in
accordance with ITP
43.6(a)(ii)
Total Price per line
item
(Col. 6+7)
[insert
number of the
item]
[insert name of Good] [insert quoted
Delivery Date]
[insert
number of units to
be
supplied and name
of the
physical unit]
[insert EXW
unit price] [insert total
EXW price per line item]
[insert the corresponding
price per line item]
[Insert cost of local
labor, raw material and components
from within Ghana
as a % of the EXW price per line item]
[insert sales and other
taxes payable per line item if Contract is
awarded]
[insert total price per
item]
Quotation Price
Section XVII: Secondary Procurement Forms 129
Quotation for Related Services: Price Schedule
4 1 2 3 4 5 6 7
Item No. Item description Description of Services
(excludes inland transportation
and other services required in
Ghana to convey the goods to
their final destination)
Country of
Origin
Completion Period at
place of Final
destination
Quantity and physical unit Unit price Total Price per
Service
(Col. 5*6 or estimate)
[insert
number of
the item]
[insert name of Services] [insert country
of origin of the
Services]
[insert Delivery Period
at place of final
destination per Service]
[insert number of items to be
supplied and name of the
physical unit]
[insert unit price per
item] [insert total price per
item]
Quotation Price
Total Quotation The total cost for the supply and delivery of the Goods, and related Services is as follows:
Price Schedule Quotations Amount
Goods: Price Schedule 1
Goods: Price Schedule 2
Goods: Price Schedule 3
Related Services: Price Schedule 4
Total Quotation
Section XVII: Secondary Procurement Forms 130
Sample Letter of Award of Call-off Contract
[modify as appropriate]
[use letterhead paper of the Procurement Entity/Lead Entity/Procurement Agent]
[date]
To: [name and address of the Supplier]
Subject: Notification of Award of Call-off Contract No. . . . . . . . . ..
In reference to the Framework Agreement [insert reference number and date]
[For mini-competition, add the following: “and your Quotation [insert reference number and
date] has been accepted.”]
please find inclosed herewith the Call-off Contract. You are requested to sign the Call-off
contract within [insert no of days].
[Insert the following if Performance Security is required: “You are also requested to furnish a
Performance Security within [insert no of days] in accordance with the Conditions of Call-off
Contract, using for that purpose one of the Performance Security Forms included in the
Framework Agreement Secondary Procurement Forms. “]
Authorized Signature:
Name and Title of Signatory:
Name of Entity:
Attachment: Call-off Contract
Section XVII: Secondary Procurement Forms 131
Call-off Contract for the supply of Goods
Framework Agreement
(FWA):
[insert short title of FWA]
FWA Date: [insert FWA date]
FWA reference number: [insert FWA reference number]
Goods: [short title for type of Goods]
Procurement Entity/Lead
Entity/Procurement Agent:
Supplier:
[name of Procurement Entity/Lead
Entity/Procurement Agent]
[address]
[name of Supplier]
[address]
GOODS (GCC 1.1 i)
Code Product name Quantity Unit price Total
[insert code] [description of Goods] [number] [price] [amount]
Special instructions/comments:
Total
Required Delivery period as per INCOTERMS
[See Delivery Periods in the FWA]
[insert period] as per
applicable
INCOTERMS
Section XVII: Secondary Procurement Forms 132
RELATED SERVICES (GCC 1.1 l)
Code Name/description of service Quantity Price Total
[insert code] [Describe the Related Services
covered under GCC Sub-Clause 25.2
and/or Framework Agreement Section
V: Schedule of Requirements. The
price quoted in the Framework
Agreement or as agreed with the
selected Supplier shall be included in
the Contract Price.]
[number] [price] [amount]
Special instructions/comments:
Total
Required Completion period [See Completion
Periods in the FWA]
[insert period]
Contract Documents (GCC 2)
1) The following documents shall be deemed to form and be read and construed as part of this
Agreement. This Agreement shall prevail over all other contract documents.
(a) Letter of Award of Call-off Contract
(b) Supplier’s Quotation (if applicable)
(c) Addenda No. ___ (if any)
(d) Special Conditions of Call-off Contract
and by reference the following documents:
(e) Framework Agreement,
(f) Section VIII- Framework Agreement General Provisions,
(g) Section IX- Framework Agreement Specific Provisions
(h) Section V: Schedule of Requirements [insert relevant items from section V as
applicable to the Call-off contract such as technical specifications, any drawings, and
inspection and tests]
(i) Section XV: Call-off Contract General Provisions
(j) [List any other document]
Section XVII: Secondary Procurement Forms 133
2) In consideration of the payments to be made by the Procurement Entity/Lead
Entity/Procurement Agent to the Supplier as specified in this Call-off Contract, the Supplier
hereby covenants with the Procurement Entity/Lead Entity/Procurement Agent to provide the
Goods and Services and to remedy defects therein in conformity in all respects with the
provisions of the Contract.
3) The Procurement Entity/Lead Entity/Procurement Agent hereby covenants to pay the Supplier
in consideration of the provision of the Goods and Services and the remedying of defects
therein, the Contract Price or such other sum as may become payable under the provisions of
the Contract at the times and in the manner prescribed by the Contract.
For and on behalf of the Procurement Entity/Lead Entity/Procurement Agent
Signed: [insert signature]
in the capacity of [insert title or other appropriate designation]
In the presence of [insert identification of official witness]
Date: __________________________
For and on behalf of the Supplier
Signed: [insert signature of authorized representative(s) of the Supplier]
in the capacity of [insert title or other appropriate designation]
in the presence of [insert identification of official witness]
Date: __________________________
Attachment
1. Special Conditions of Call-off Contract
2. Supplier’s Quotation (if applicable)
3. [Any other documents]
Section XVII: Secondary Procurement Forms 134
Performance Security Date:
To: [name of Procurement Entity/Lead Entity/Procurement Agent]
[address of Procurement Entity/Lead Entity/Procurement Agent]
WHEREAS [name and address of Supplier] (hereinafter called “the Supplier”) has undertaken,
in pursuance of Contract No. [reference number of the contract] dated ___________[yy/mm/dd]
to supply [description of goods and services] (hereinafter called “the Contract”).
AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall
furnish you with a bank guarantee by a reputable bank for the sum specified therein as security
for compliance with the Supplier’s performance obligations in accordance with the Contract.
AND WHEREAS we have agreed to give the Supplier such a Bank guarantee:
NOW THEREFORE we hereby affirm that we are the Guarantors and responsible to you, on
behalf of the Supplier, up to a total of [amount of the guarantee in words and figures Ghanaian
Cedis], and we undertake to pay you, upon your first written demand such sum being payable in
the types and proportions of currencies in which the contract price is payable, and without cavil
or argument, any sum or sums within the limits of [amount of guarantee in Ghana Cedis] as
aforesaid, without your needing to prove or to show grounds or reasons for your demand for the
sum specified therein.
We hereby waive the necessity of demanding the said debt from the Supplier before presenting
us with the demand.
We further agree that no change or addition to or other modification of the terms of the Contract
or of the Goods to be supplied thereunder or of any of the Contract documents which may be
made between you and the Supplier shall in any way release us from liability under this
Guarantee, and we hereby waive notice of any such change, addition or modification.
This Guarantee is valid until a date 28 day from the date of issue of the Certificate of
Acceptance.
Signature and seal of the Guarantors
_______________________________________________________________
[name of bank]
______________________________________________________________
[address]
______________________________________________________________
[date]
Advance Payment Security Demand Guarantee
Date: To: [name of Procurement Entity/Lead Entity/Procurement Agent]
[address of Procurement Entity/Lead Entity/Procurement Agent]
[name of Contract]
Gentlemen and/or Ladies;
In accordance with the payment provision included in the Special Conditions of Contract, to
provide for advance payment, [name and address of Supplier] (hereinafter called “the Supplier”)
shall deposit with [name of the Procurement Entity], The Government of Ghana (hereinafter
called “the Procurement Entity”) a bank guarantee to guarantee his proper and faithful
performance under the said Clause of the Contract in an amount of [amount of guarantee in
figures and words in Ghanaian Cedis].
We, the [name of the bank], as instructed by the Supplier, agree unconditionally and irrevocably
to guarantee as primary obligator and not as surety merely, the payment to the Procurement
Entity on his first demand without whatsoever right of objection on our part and without his first
claim to the Supplier, in the amount not exceeding [amount of guarantee in figures and words in
Ghanaian Cedis].
We further agree that no change or addition to or other modification of the terms of the supply of
Goods to be performed thereunder or of any of the Contract documents which may be made
between the Procurement Entity and the Supplier, shall in any way release us from any liability
under this guarantee, and we hereby waive notice of any such change, addition, or modification.
This guarantee shall remain valid and in full effect from the date of the advance payment under
the Contract until the Procurement Entity receives full repayment of the same amount from the
Supplier.
Yours truly,
Signature and seal of the Bank
___________________________________________________________________
[name of Bank]
__________________________________________________________________
[address]
__________________________________________________________
[date]
List of Procurement Entities (if applicable)
[delete this section if this is a Single-User FWA i.e. single Procurement Entity FWA]
The following entities are participating in this Framework Agreement.
# Name of Procurement
Entity
Address Representative
1. [insert complete name of
Lead Procurement Entity #1]
[insert the type of legal
entity]
[insert the address of the
principle place of business]
Name:
Title/position:
Phone:
Mobile:
E-mail:
2. [insert complete name of
Procurement Entity #2]
[insert the type of legal
entity]
[insert the address of the
principle place of business]
Name:
Title/position:
Phone:
Mobile:
E-mail:
3. [insert complete name of
Procurement Entity #3]
[insert the type of legal
entity]
[insert the address of the
principle place of business]
Name:
Title/position:
Phone:
Mobile:
E-mail: